AIT Reno & Modern Construction
The U.S. Army Corps of Engineers, Kansas City District, intends to issue an unrestricted Solicitation to renovate and modernize the AIT barracks at Fort Leonard Wood, MO. This requirement is a Design-... The U.S. Army Corps of Engineers, Kansas City District, intends to issue an unrestricted Solicitation to renovate and modernize the AIT barracks at Fort Leonard Wood, MO. This requirement is a Design-Bid-Build project. The general Scope of Work includes, but is not limited to: This contract will consist of selective demolition and renovation and modernization of two barracks buildings (Buildings 1014 and 1015) and associated site work at Fort Leonard Wood, Missouri. This project includes renovation of two 40,640 SF Barracks Buildings and construction of an addition of approximately 1,872 SF addition to each building, and associated fine grading, landscaping, and other site work per the plans and specifications provided. 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(h) and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000,000 and $100,000,000; This solicitation will be issued as a Request for Proposals (RFP) for as unrestricted and proposals will be evaluated in accordance with FAR Part 15, Best Value Trade Off. The RFP will result in the award of a single firm fixed price (FFP) construction contract. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission Requirements and the Basis for Award. The Source Selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2 Source Selection Procedures. 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. HOW TO OBTAIN A COPY OF THE SOLICITATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov and ProjNet at https://www.ProjNet.org. Downloads are available only through the FBO website and/or ProjNet websites. Any modifications to the Pre-Solicitation will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation announcement or any Amendments to the Solicitation after it is posted to FBO. 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. 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 successfully and actively 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 FBO website at https://www.fbo.gov. This will normally 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. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) Part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Prior to submitting proposals, vendors must be actively registered in the SAM system. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. NEW!! SAM 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. The point-of-contact for administrative contractual questions is Teresa Cabanting, at phone: (816)389-2399, or email: teresa.m.cabanting@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »