Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
SOLICITATION NOTICE

Z -- IDIQ Job Order Contract (JOC) Fort Leavenworth Kansas

Notice Date
2/24/2017
 
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-17-R-4004
 
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
Competitive 8(a)
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a single Firm Fixed Price Indefinite Delivery, Indefinite Quantity Contract for a broad range of military renovations and construction services located at Fort Leavenworth, Kansas, Leavenworth County. The solicitation will be available on or about March 14, 2017 via FEDBIZOPPS website at www.fbo.gov. The result of this solicitation will be an award of a Job Order Contract (JOC). The JOC duration will be a three (3) year base contract. Individual projects will be awarded by task orders. Task Orders will be issued in accordance with DFARS 216.504 at the Governments option. As requirements develop, Request for Proposals (RFP) for projects will be issued for each task order. This three year requirement is not to exceed $30 Million capacity. The general scope of the requirements will be to perform multiple task orders at one time, conducting repair and renovation of buildings, including historic structures at Fort Leavenworth. Work could include any of the following (non-exhaustive) list: repair or replacement of mechanical, electrical or fire protection and detection systems; concrete; asphalt; repairs related to building renovation or demolition; interior remodeling work including carpentry, painting, floor and wall covering; renovation of historic structures; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural problems, including seismic upgrades; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements, etc. Work may be accomplished in different types of facilities including: administrative; vehicle maintenance; industrial; warehouses, etc. This IDIQ contract will require a contractor to be on-call for requirements at Fort Leavenworth, Kansas. This acquisition will require a general contractor with experience and expertise capable of managing numerous task orders at the same time, which will require construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades. The Small Business Administration (SBA) has restricted this requirement to contractors who are located within the geographical area serviced by the SBA District VII and Branch offices located in Kansas, Missouri, Nebraska and Iowa. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA District and Branch offices located in Kansas, Missouri, Nebraska and Iowa, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area and assigned NAICS code. All other 8(a) Business Development (BD) Participants are deemed ineligible to submit offers. The NAICS code is 236220 (Commercial and Industrial Buildings), with a small business size standard of $36.5 Million in average annual receipts. Bid Guarantee will be required with the base contract. Payment and Performance bonds will be required for the estimated annual maximum value. The estimated value for Performance and Payment Bonds will be $10 Million for the first year. 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. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CECT-NWK-M, Federal Building, RM 647, 60l East 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-R-4004/listing.html)
 
Place of Performance
Address: FORT LEAVENWORTH, Fort Leavenworth, Kansas, 66027, United States
Zip Code: 66027
 
Record
SN04414480-W 20170226/170224234850-e9329087a7482139d72ff0485aa8f17a (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.