Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

Y -- EMERGENCY SERVICES CENTER AT LAKE CITY ARMY AMMUNITION PLANT, MISSOURI

Notice Date
8/30/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-12-R-4016
 
Response Due
10/17/2012
 
Archive Date
12/16/2012
 
Point of Contact
Carol Hodges, 816-389-3732
 
E-Mail Address
USACE District, Kansas City
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for the construction of an Emergency Services Center at Lake City Army Ammunition Plant, MO on or about 17 September 2012. This project is to construct an Emergency Service Center per plans and specifications. The facility equipment, furnishings and systems shall be provided as part of the contract. Supporting facilities include site development, utilities and connections, underground electrical service, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, demolition, and signage. Sustainable Design and Development and Energy Policy Act 2005 features will be provided to meet minimum Army requirements. This is a tiered small business set-aside using Lowest Price Technically Acceptable basis of award. The tiered approach is authorized in DFARS 215.203-70, Request for Proposals-Tiered Evaluations of Offers. Offers will be evaluated as follows: (1) The first tier will be Small Businesses. If one or more technically acceptable offers below the Government Ceiling received from one or more eligible first-tier businesses, the agency will award to the lowest-priced technically-acceptable offeror from the first tier. If not, the agency will proceed to the second tier. (2) The second tier will be Other-Than-Small Businesses. If one or more acceptable offers below the Government Ceiling are received from one or more eligible second-tier businesses, the agency will award to the lowest-priced technically-acceptable offeror from the second tier. (3) In the event that no offer is received below the Government Estimate from either tier, the agency reserves the right to award to the lowest priced technically acceptable offeror from the first tier. The agency plans to use two non-price factors (Corporate Experience and Past Performance) with minimal submission requirements which will be evaluated on a pass/fail basis. An offer that fails either factor will be technically unacceptable. This acquisition is a small business set-aside competition. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $33,500,000.00 The estimated magnitude of this project is between $5,000,000 and $10,000,000 A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) is scheduled to move ORCA and CCR into SAM (https://www.sam.gov/sam/). Contractors will be able to log into one system to manage their entity information in one record, with one expiration date, through one streamlined business process. Contractors currently registered in CCR will receive an email notification letting them know when their account is about to expire, and they will complete that process in SAM, if their account expires after SAM goes live. New contractors shall complete ORCA and CCR through SAM. ) For additional Information contact US Calls 1-866-606-8220, International Calls: 334-206-7828. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Carol Hodges and can be reached by phone at (816)389-3732 or by email at carol.w.hodges@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-4016/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02861906-W 20120901/120831000007-a118dcd42b2680cc4757d8678201afce (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.