The RFP Database
New business relationships start here

Metal Roof Replacement - Clinton Lake, KS


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The work includes removing the building's existing Built-up roofing (BUR) and insulation and installing rigid insulation and standing seam metal roof, new trim, soffit panels, gutters and other metal roofing components.

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.

If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable.

At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly.
    
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000 and $100,000.

This solicitation will be issues as a Request for Proposal (RFP) which will result in the award of a single firm fixed price (FFP) construction contract.

The estimated performance period for completion of construction is 120 days.

The solicitation will be available on or about Monday, June 22, 2015 and proposals will be due on or about Wednesday, July 22, 2015. The solicitation, including any amendments, shall establish the official opening and closing dates and times.

Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 13 and award will be made to the Best Value offeror, based on Price and Experience.

The North American Industry Classification System (NAICS) Code for this project is 238160, with a size standard of $15,000,000. 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 Full 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 proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer.

To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments 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 amendments to the Solicitation. The website is occasionally 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 submitting an offer, 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 that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles.

The point-of-contact for questions is Jonathan S. Hankin. Phone: (816)389-3900, email: Jonathan.S.Hankin@usace.army.mil.

Jonathan Hankin, 816-389-3900

USACE District, Kansas City

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP