SOLICITATION NOTICE
Y -- Shadow UAS Range Training Facility
- Notice Date
- 5/25/2018
- 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
- W912DQ18B4002
- Point of Contact
- Rodney A. Morris, Phone: 8163893730
- E-Mail Address
-
rodney.a.morris@usace.army.mil
(rodney.a.morris@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) solicitation to construct a Shadow Unmanned Aerial Systems (UAS) Range Training Facility at Ft Riley, Kansas. The general scope of work includes, but is not limited to: construction of a vehicle storage building and associated facilities. Supporting facilities will include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping and signage. At this time, no Pre-Solicitation Conference or Site Visit is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. If the government does schedule a site visit, the details will be included in the solicitation. In accordance with FAR 36.204 and DFARS 236.204 the estimated magnitude of this construction project is: Between $750,000.00 and $2,000,000.00. This solicitation will be issued as an IFB to all Small Businesses, and bids will be evaluated in accordance with FAR 14.4. The IFB will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 365 calendar days from Notice to Proceed (NTP). A Bid Bond will be required with your bid in the amount of 20% of the offeror bid 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 can be issued. The solicitation will be available on or about June 8, 2018. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $36,500,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as 100% small business set-aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a bid, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protege Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. To view or download the solicitation will require registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through either the FBO and/or ProjNet websites. Any amendments will only be available from the FBO and/or ProjNet websites. 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 may occasionally be 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. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. All vendors must verify their information through this web site. If the bidder 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 a bidder is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective bidder. See below for new procedures. **SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required before a NEW SAM.gov entity registration is activated or an EXISTING entity is updated or renewed. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions.** VETS4212 Requirement: Per the Federal Acquisition Regulation (FAR) Part 22.1303 all bidders must complete their VETS4212 report via the Department of Labor website at https://www.dol.gov/vets/vets4212.htm to be eligible for award. The point-of-contact for administrative for contractual questions is Rodney A. Morris, at phone: (816)389-3730, or email: rodney.a.morris@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ18B4002/listing.html)
- Place of Performance
- Address: Ft. Riley, Kansas, United States
- Record
- SN04935195-W 20180527/180525230642-19c645ee81d4b38798cce446199ef756 (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 |