Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

Y -- 8(a) Single Award Task Order Contract at Ft. Leonard Wood, Missouri

Notice Date
5/25/2017
 
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-4013
 
Archive Date
7/18/2017
 
Point of Contact
Dominique Howard,
 
E-Mail Address
dominique.c.howard@usace.army.mil
(dominique.c.howard@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The U.S. Army Corps of Engineers (USACE), Kansas City District intends to issue a solicitation for an 8(a) small business set-aside, Firm Fixed-Price Single Award Task Order Contract (SATOC) for design and construction services at Fort Leonard Wood, Missouri. Phase 1 of the two phase solicitation will be available on or about June 5, 2017 on the FedBizOpps website at www.fbo.gov. This is 100% set-aside for qualified 8(a) small businesses within SBA Region VII, which includes the states of Nebraska, Iowa, Missouri, and Kansas. The NAICS code is 236220. The Government intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract under this solicitation with a capacity of $25.5 million. The SATOC duration will be one three (3) year base period with no option periods. Individual projects under this contract will be awarded by task order. Task orders will be issued in accordance with DFARS 216.505-70, at the Government's discretion. As requirements develop, Requests for Proposals (RFPs) for projects will be issued for each task order. Task orders will include primarily Military Construction (MILCON), or Operations and Maintenance (O&M) projects. Project sizes will vary and task orders will be negotiated to obtain a fair and reasonable price. The purpose of this contract is to execute primarily sustainability, renovation, and modernization construction and/or design work at Fort Leonard Wood, Missouri, and surrounding areas. The scope of services under the contract includes design-build and design-bid-build work. Typical work may include but is not limited to repair and renovation of existing facilities potentially of the following types; industrial, distribution, manufacturing, office, retail, recreational, healthcare and commercial. Representative work examples may include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, walkways, etc. Work may also include some construction of new facilities. Representative work examples may include construction of small classroom facilities, toilet facilities, shelters, gazebos, etc. The Government will evaluate the performance capability of Phase 1 proposals in accordance with the criteria described in the Phase 1 solicitation and will select a specified number of offerors to compete for Phase 2. The Phase 1 solicitation will be available on or about June 5, 2017, and proposals will be due on or about July 3, 2017. The Phase 2 solicitation will include an initial task order which will also be awarded to the base contract awardee. The project selected for this initial task order will be the Replacement of Fan Coils, Heating, and AC Piping at the Brigade HQ Bldg. 844, at Fort Leonard Wood, Missouri. An offer guarantee will be required. The Government will evaluate the Phase 2 proposals in accordance with the criteria described in the Phase 2 solicitation. The Phase 2 solicitation will be available on or about the week of July 20, 2017, and proposals will be due on or about the week of August 17, 2017. The Phase 1 and Phase 2 solicitations will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2, source selection procedures. The Government intends to award without discussions. Competition for this requirement is restricted to 8(a) firms that have a bona fide place of business within SBA Region VII, which includes the states of Nebraska, Iowa, Missouri, and Kansas. Submission of the SBA letter approving the firm's bona fide place of business within Region VII will be required with the offeror's proposal. Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) and must have an active SAM registration. 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 actively and successfully 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 https://www.fbo.gov. This will 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. The point of contact for all questions/inquiries is Dominique Howard at phone number (816)389-3430 or by email at Dominique.c.howard@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 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-4013/listing.html)
 
Place of Performance
Address: Ft. Leonard Wood Army Installation, Missouri, Ft. Loenard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04523010-W 20170527/170526001447-3e1189fbd1c36e21bd3e0eb732e1c3e6 (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.