Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
SOLICITATION NOTICE

Y -- MFNDU Construction

Notice Date
7/11/2016
 
Notice Type
Presolicitation
 
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-4022
 
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 following is a Pre-Solicitation Notice for this requirement. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). The U.S. Army Corps of Engineers, Kansas City District, in conjunction with Transatlantic Afghanistan Engineering District (TAA), intends to issue a Request For Proposals (RFP) on or about July 26, 2016 on the FedBizOps website at www.fbo.gov. This project is subject to availability of funds. This requirement includes a single, stand-alone Firm Fixed-Price Design-Bid-Build (DBB) contract to construct integration efforts at Marshal Fahim National Defense University (MFNDU) to support the needs of the Women's Participation Program (WPP) in Qargha, Afghanistan that includes five buildings across three sites within the MFNDU. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $10,000,000 to $25,000,000 USD. This requirement will be solicited as Unrestricted. Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulation (FAR), conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specific to the pending solicitation, represents the best value to the Government. The source selection process to be utilized for this acquisition is Best Value - Trade Off. The submission requirements and evaluation criteria will be defined within the solicitation. The NAICS code for this specialty is #236220 (Commercial and Institutional Building Construction). The size standard is $36.5 million. THE FIRMS MUST HAVE THE APPLICABLE NAICS CODE OF 236220. This project requires the construction of three discrete sites of construction and all associated site work. The project shall include, but not be limited to construction, material, labor, and equipment to construct the following: i. Perimeter walls around each WPP facility for privacy due to cultural sensitivities between males and females. ii. Three gymnasiums, one located in each academy area where women are being trained. iii. A daycare and conference center in the Phase II area/Site 1. All standard construction amenities such as underground utilities, site grading, walkways, site drainage, plumbing, heating, electrical, communications, etc. shall be implied as a construction requirement. Fully designed construction documents, to include plans and specifications, are provided for the facilities. Contractor shall complete construction of site development and features as described in this Contract necessary for fully functioning facilities. The estimated performance period for completion of construction is 540 calendar days from Notice to Proceed (NTP). The work within this contract shall meet and be constructed in accordance with current U.S. design and international Building Codes (IBC), Life Safety Codes (NFPA-101), Force Protection and security standards. A partial listing of references is: IBC, International Building Code, and NFPA 101, Life Safety Codes (latest edition). A Bid bond will be required with your bid in the amount of 20% of the bidder 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 NTP can be issued. At this time, no pre-solicitation conference is planned for this solicitation. If the government does elect to hold a pre-solicitation conference, the pre-solicitation announcement will be modified accordingly. The Request for Proposal (RFP) will only be issued to prime construction contractors. Copies will not be released to suppliers, subcontractors, plan rooms, home addresses, or Google accounts. In order to receive solicitation information please submit the following information in email format: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. To view or download the solicitation requires registration at the ProjNet website at www.projnet.org. Downloads are available only through the ProjNet website with the Plan Room and Bidder Inquiry keys provided upon request and verification of the information in the paragraph above. The Government will post the RFP and any amendment notifications on the FBO site. Any amendment documents will only be available from the ProjNet 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(s) at the referenced website. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) moved ORCA and CCR into SAM (https://www.sam.gov/sam/). If you were registered in CCR, your company's information is already in SAM. You just need to set up a SAM account. See this link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf If you were not registered in CCR you will need to go to this link and quote mark Register New Entity: quote mark https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf For additional Information Contact 1-866-606-8220 (US Calls), International Calls: 334-206-7828. By submitting an offer, the offeror acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with SAM prior to award of any contract. The point-of-contact for administrative or contractual questions is Carmen Hopkins at carmen.e.hopkins@usace.army.mil (with carbon copy to lacy.kay@usace.army.mil) for W912DQ-16-R-4022. All communication must be made in writing and must provide the following information: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. The solicitation will only be issued to one point of contact for the company. Please no phone calls. All questions must be submitted in writing to the above point-of-contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-4022/listing.html)
 
Place of Performance
Address: Qargha, Afghanistan
 
Record
SN04177514-W 20160713/160711234512-79b9c8eafefc9e5d35a423018b1fc9a1 (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.