Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
MODIFICATION

Y -- 3-Bay General Purpose Hangar, Aircraft Parking Apron, 2-Bay Corrosion Control Fuel Cell Hangar, and General Maintenance Hangar at McConnell Air Force Base, Kansas

Notice Date
3/12/2014
 
Notice Type
Modification/Amendment
 
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
W912DQ14R4001
 
Response Due
6/6/2014
 
Archive Date
7/6/2014
 
Point of Contact
Nicholas DeGuire, 816-389-3514
 
E-Mail Address
USACE District, Kansas City
(nicholas.deguire@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION: All interested sub-contractors, please register on the Interested Vendors List (IVL). The intent of the list is to collect a list of vendors interested in FINDING subcontracting opportunities for this requirement. The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a two (2) stage solicitation for a single Firm Fixed-Price Design-Bid-Build Lowest Price Technically Acceptable (LPTA) contract for the construction the 3-Bay General Purpose Hangar, Aircraft Parking Apron 2-Bay Corrosion Control/Fuel Cell Hanger and General Maintenance Hangar project at McConnell Air Force Base Sedgwick County, Kansas. The solicitation will be available on or about December 23, 2013 on the FedBizOpps website at www.fbo.gov. Stage 1 of the two stage solicitation will be posted on an unrestricted basis and both small and large businesses are eligible to respond. Work will include: The 3-Bay General Purpose scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities as well as other necessary infrastructure, including personnel support area, storage areas for hazardous materials, tools, equipment and supplies and a hazardous waste collection system. The overall size of the project is approximately 175,000 sq ft. Maintenance areas will be provided with High Expansion Foam sprinkler system. This project will include all associated utilities, site work, communications support, fire suppression, existing storage/pump facility, environmental, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. This requirement will include the demolition of one facility totaling 101,686 sq feet. The Aircraft Parking Apron scope consists of realignment and addition to the existing Mass Aircraft Parking Apron (MAPA). The Parking apron is required to provide the temporary access to the KC-135 hangars during construction of the KC-46A hangars. The 2- Bay Corrosion Control/Fuel Cell Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work to make a complete and usable facility of approximately 145,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will include all associated utilities, site work, communications support, fire suppression, environmental controls, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish five buildings totaling 28,636 sq ft. The General Maintenance Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work for a complete and usable facility of approximately 69,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will include all associated utilities, site work, communications support, fire suppression, environmental controls, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish two buildings totaling 6,773 sq ft. The Government will evaluate the performance capability of offerors in accor dance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2 source selection procedures. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction), with a small business size standard of $33.5 million in average annual receipts. The construction cost range is estimated between $100,000,000 and $250,000,000. The estimated performance period for completion of construction is 990 calendar days from Notice to Proceed (NTP). To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov and www.ProjNet.Org. Downloads are available only through the Projnet.org website. Any amendments will only be available from the ProjNet website. Offerors are responsible for checking the FBO and ProjNet websites 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. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. A Proposal Guarantee will be required with your proposal in the amount of 20% of the Offeror's proposed price or $3,000,000, 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. Point of Contact: The point of contact for all questions/inquiries is Jaclyn Rivera at phone number (816)389-2266 or by email at jaclyn.c.rivera@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ14R4001/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
SN03308793-W 20140314/140312234935-33c7e40a130d59ba68a24d5e41555e32 (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.