SOLICITATION NOTICE
Z -- DLA Disposition Services Construction at Fort Riley, Kansas
- Notice Date
- 5/5/2023 8:44:18 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ23R4032
- Response Due
- 5/29/2023 10:00:00 PM
- Point of Contact
- CARMEN E. HOPKINS, Phone: 8163893264, ALICE JEFFRES, Phone: 8163893074
- E-Mail Address
-
CARMEN.E.HOPKINS@USACE.ARMY.MIL, ALICE.M.JEFFRES@USACE.ARMY.MIL
(CARMEN.E.HOPKINS@USACE.ARMY.MIL, ALICE.M.JEFFRES@USACE.ARMY.MIL)
- Description
- The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a Design-Bid-Build solicitation for a single Firm Fixed-Price, construction contract for the DLA Disposition Services Construction at Fort Riley, Kansas. Primary improvements are upgrading of Building 1960 and relocating administrative offices from Building 1950; connection of Buildings 1950 and 1954; and constructing 50,000 SF +/- of outdoor covered storage. Ancillary improvements such as paving and relocation of Building 1951A and the severe weather shelter are also included. The work also includes cast-in-place concrete shallow footings and foundations; concrete slab-on-grade; pre-engineered metal building structural steel frame with girts; metal wall panels; standing seam metal roof panels; fully adhered membrane roofing; and a new truck weighing and security scanning system. The DLA facilities must be kept operational during construction which will require experience in scheduling to sequence work in a way to keep the warehouse operational during construction. This project will involve management of multiple subcontractors (Civil, Mechanical, Structural, Architectural, Plumbing, Electrical and Fire Protection Engineering) simultaneously. The access in and out of the complex has a high volume of traffic which includes approximately 32 daily passes of semi-trucks, 16 daily passes of box trucks, 10 daily passes of forklifts at the Truck Delivery Area and 40 daily passes of forklifts at the Material Handling Equipment Operation Area. The contractor will need to sequence/manage access in and out of the area to not interrupt operations. The contract will be awarded based upon a Best Value Trade-Off process. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. 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. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. This solicitation will be issued as Unrestricted (Full and Open), Request for Proposal (RFP). The estimated performance period for completion of construction is 540 calendar days from the issuance of the Notice to Proceed (NTP). This solicitation will be available on or about May 22, 2023. The solicitation, including any amendments, shall establish the official proposal due date. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction). The estimated magnitude of this project is between $10,000,000 - $25,000,000. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet website at https://www.sam.gov. 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. 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. A Proposal Guarantee will be required with your proposal in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. ********************** ATTENTION NEW REQUIREMENTS************************* NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) SCORE IN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) REQUIREMENT: Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award. AVAILABLITY OF PLANS AND SPECIFICATIONS ON THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) SYSTEM: DASA(P) Policy 21- 81, Dated 20 August 2021 - Contractors may view and/or download the Request for Proposal (RFP) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Plans and specification will not be available in paper format or on compact disc. It is the offeror's responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation. INSTRUCTIONS ON SENDING ELECTRONIC OFFEROR PROPOSALS: Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) Module at https://piee.eb.mil/. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf� It is the Offeror's responsibility to obtain written confirmation of receipt of all electronic files of the full proposal by the USACE Kansas City District Contracting office (NWD). If the Solicitation Module is not operational, the alternate method for proposal submission is via email to the email address noted on Block 10 of the front of the SF1442 ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti�virus scan before submission. Electronic files shall be clearly identified for each volume, section, and item. Points of Contact: The points of contact for all questions/inquiries is Carmen Hopkins at carmen.e.hopkins@usace.army.mil and Alice Jeffres at alice.m.jeffres@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5d7317968854aa4b99a4a78832f38cc/view)
- Place of Performance
- Address: Fort Riley, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN06673744-F 20230507/230505230112 (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 |