Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

Y -- Consolidated Nuclear Air Operations and Support Facility

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-4017
 
Point of Contact
Carmen E. Hopkins, Phone: 8163893264
 
E-Mail Address
carmen.e.hopkins@usace.army.mil
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a 2-Phase solicitation for a single Design-Build, Firm Fixed Price Contract for construction of a Consolidated Nuclear Air Operations and Support Facility located at Whiteman Air Force Base, Missouri, in Johnson County. The general scope of the requirements will be furnishing all labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specifications for the construction of a Consolidated Nuclear Air Operations and Support Facility utilizing conventional design and construction methods to accommodate the mission of the facility. The facility will consolidate sortie-essential functions into a single mission-focused building. The facility, at a minimum shall include the following: shall consolidate all flight and training tasks for each unit. The facility should be compatible with applicable DoD, Air Force, and Whiteman Air Force Base design standards. In addition, local materials and construction techniques shall be used where cost effective. The facility shall include all access roads, parking lots, sidewalks, emergency back-up power, communications support including controlled/sensitive areas, fire detection and suppression, mass notification, and all other necessary support. The facility shall comply with anti-terrorism/force protection requirements per the applicable and current DOD UFC. The project shall demolish buildings 6, 35, 107,410 and 534 (7,107 sm) including asbestos and lead paint abatement. The facility shall meet LEED Silver certification criteria. The new facility shall not exceed 7,357 sm (79,190 sf). Supporting Facilities include Utilities, Site Improvements, Pavements, demolition, Communication Support and Backup Generator. The scope also includes Interior Design. This solicitation will be posted as Full and Open (Unrestricted) where both small and large businesses are eligible to respond. The estimated performance period for completion of construction is 730 calendar days from the issuance of the Notice to Proceed (NTP). Phase 1 of the solicitation will be available on or about May 20, 2016 via the Federal Business Opportunities (FEDBIZOPPS) website at www.fbo.gov. Phase 2 of the solicitation will be issued as an amendment to the selected Offerors from Phase 1. The NAICS code is 236220 (Commercial and Institutional Building Construction), with a small business size standard of $36.5 Million in average annual receipts. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $25,000,000 and $100,000,000. 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 (POP) can be issued. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission 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. 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 and ProjNet at https://www.ProjNet.Org. Downloads are available only through either the FBO and/or ProjNet websites. Any amendments will only be available from either the FBO and/or ProjNet websites. Offerors are responsible for checking both 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. 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 Carmen Hopkins by email at carmen.e.hopkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-4017/listing.html)
 
Place of Performance
Address: Whiteman Air Force Base, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN04103881-W 20160505/160503235033-00246549861a141a85f3884dc50431a9 (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.