Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

Y -- Attack Aviation Battalion Complex-Fort Riley, Kansas

Notice Date
11/1/2023 12:52:01 PM
 
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
PANNWD23P0000001588
 
Response Due
11/15/2023 12:00:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Jeri L. Halterman, Phone: 8163892198, MAJ Brandon Wagner, Phone: 4029952905
 
E-Mail Address
Jeri.l.Halterman@usace.army.mil, brandon.c.wagner@usace.army.mil
(Jeri.l.Halterman@usace.army.mil, brandon.c.wagner@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract to construct a new Army Attack Aviation Battalion Complex (AABC) helicopter maintenance hangar and ancillary structures at Fort Riley, Kansas. The Government proposes to issue a firm fixed price type contract for this project. The requirement is an Unrestricted/Full and Open competitive acquisition; both small and large businesses are eligible to respond. The scope of this Design-Bid-Build contract is for a standard design Attack Aviation Battalion Complex for rotary wing aircraft. Work includes an aircraft hangar, associated maintenance shops, special foundations, administrative space, parts and tool storage, a hazardous materials storage facility, petroleum, oil, lubricants (POL) Storage building, Ground Support Equipment (GSE) enclosed storage building, covered storage, hangar access apron, aircraft washing apron with associated pavement, cyber security measures, building information systems, fire protection and alarm systems, antiterrorism measures, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, antiterrorism measures, landscaping, and signage. Heating and air conditioning will be provided by self-contained systems. Utility connections are required for electric distribution, electric generation, natural gas, water, wastewater, central systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD�s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Currently 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. Currently no organized site visit is planned for this solicitation. If the government decides to 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 $25,000,000.00 and $100,000,000.00. This solicitation will be issued as a Request for Proposal (RFP), full and open to all businesses. Submission requirements and evaluation procedures will be detailed in the solicitation. The RFP will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period is 720 calendar days from date of Notice to Proceed (NTP). Bid Bonds will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00, whichever is less. Payment bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed (NTP) can be issued. Proposals will be due on the day and time specified in the solicitation. We anticipate release of the solicitation within the next 60 days. To ensure you do not miss this notice we recommend contractors register as interested vendors. If you register as an interested vendor, you will be automatically notified if there are any changes made regarding tis notice, including when the actual solicitation is posted. The solicitation will be available on or about 8 January 2024 and bids will be due approximately 30 days later. 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-Commercial and Institutional Building Construction with a Small Business Size Standard of $45,000,000.00. This solicitation is being issued as full-and-open for all businesses. Small Business Concerns are strongly encouraged to consider Joint Ventures (JV), Mentor-Protegee 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 requires registration at the SAM.gov website at https://sam.gov. Downloads and instructions are available through this website. Any amendments will only be available from this website. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation.� The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the reference website. New Requirement Registration is required in the Procurement Integrated Enterprise Environment (PIEE).� No proposal is requested at this time, but registration will be required to submit proposals as this procurement continues. ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) at https://wawf.eb.mil . Web Based Training for registration and proposal submission is available as a separate portal on the main page of the site or by visiting https://wawftraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml . Although you can search, review, and open non-restricted solicitations without logging in, you must establish a personal account in the system and register for the Proposal Manager role before you are able to submit a proposal. This account is activated by your Contractor Administrator (CAM). Instructions for registering are as follows: Navigate to https://wawf.eb.mil/ Select Register [top right] Select Vendor Create a User ID and Password and follow the prompts [next] Create Security Questions [next] Complete your User Profile Information [next] Complete your Supervisor or Approving Official Information. This official will act as the CAM who will ultimately approve your account. If you are unsure of who this is please go to https://wawf.eb.mil/xhtml/unauth/lookup/gamLookup.xhtml �to locate the CAM for your company for assistance. [next] Complete Roles - Step 1. Select SOL-Solicitation, Step 2. Select Proposal Manager, Step 3. Click Add Roles, Step 4. Fill in your Location Code (CAGE Code) [next] Provide a justification for your registration [next] VERIFY ACCOUNT STATUS/CAPABILITIES. Once the Proposal Manager account has been approved, verify that your account is showing active under the profile page. Also, once you click on the specified solicitation, verify that the �Offer� tab is visible next to the �Solicitation� tab at the top of the page. The proposal will be submitted through the �Offer� tab. It is imperative that this is verified early in the process in order to mitigate any potential problems with the submission of your proposal. For questions concerning your account, please contact the WAWF Helpdesk at 866-618-5988. If you are still experiencing problems after the above referenced efforts have been made, please contact the Contract Specialist / Contracting Officer immediately. Prior to submitting a proposal, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site. The point-of-contact for contractual questions is Jeri L. Halterman, at phone: (816) 389-2198, or email: jeri.l.halterman@usace.army.mil or Major Brandon Wagner at phone (816) 389-2217 or email brandon.c.wagner@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b275f2df62574175b475b6940e4a9629/view)
 
Place of Performance
Address: Fort Riley, KS, USA
Country: USA
 
Record
SN06873297-F 20231103/231101230055 (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.