Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

Y -- FY20 Performance Oriented Construction Activity (POCA) at Fort Leonard Wood, MO

Notice Date
12/3/2019 7:26:04 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
W912DQ20R4000
 
Response Due
1/2/2020 12:00:00 PM
 
Archive Date
04/02/2020
 
Point of Contact
Jaclyn C. Yocum, Contracting Specialist, Phone: 8163892266
 
E-Mail Address
jaclyn.c.yocum@usace.army.mil
(jaclyn.c.yocum@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) Performance Oriented Construction Activity (POCA) as an 8(a) small business set-aside, for design-build and design-bid-build construction services at Fort Leonard Wood, Missouri. The solicitation package is officially available on the Beta.Sam.gov website at www.beta.sam.gov under the “Contracting Opportunities (FBO)” section, and proposals will be due within 30 days from issuance of the solicitation.This is 100% set-aside for qualified 8(a) small business within SBA Region VII, which includes the states of Iowa, Kansas, Missouri, and Nebraska.The NAICS code that will apply to projects under these contracts will be NAICS 236220 (Commercial and Institutional Building Construction.) The Size standard is $36.5 million.The Government will award one (1) IDIQ POCA contract award under this solicitation with a capacity of $25 million. Task Orders issued under this contract shall be issued for work assigned for Fort Leonard Wood, Missouri. The minimum guarantee on this contract is $1,500.00. 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, Request for Proposals (RFPs) for projects will be issued for each task order.Task orders will include primarily Sustainability, Renovation, and Modernization (SRM), or Operations and Maintenance (O&M) projects. Task orders will not exceed $2.0 million. Task orders will be negotiated to obtain a fair and reasonable price. The seed project for the POCA is the Renovation of Building 773 at Fort Leonard Wood, Missouri. This includes exterior repairs as necessary and repaint new windows and walk-in doors to match doors being put in building 772. Provide concrete apron to meet concrete apron from Building 772. Interior work includes repairs to existing cages, refurbish/update latrines (plumbing and electric), general cleaning and spot painting is required.The Government will evaluate the performance capability and price of proposals utilizing a one (1) Phase evaluation procedure. The solicitation will include one (1) initial task order to be awarded to the base contract awardee. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and the proposals will be due on or about the week of January 2, 2020.The solicitation 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 Iowa, Kansas, Missouri, and Nebraska. 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 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 actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror.Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.Point of Contact:Jaclyn Yocum, Contract Specialist - jaclyn.c.yocum@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24efcbb93fbd47c581c3999268bac7ba/view)
 
Place of Performance
Address: 25264, MO, USA
Country: USA
 
Record
SN05507374-F 20191205/191204050231 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.