Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

C -- NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT FOR ADDITIONAL ARCHITECTURAL ENGINEERING SERVICES IN SUPPORT OF CONSTRUCTION OF THE NEW ELEMENTARY SCHOOL AT THE MILITARY ACADMEY, WEST POINT, NEW YORK

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACA51-02-R-0027
 
Response Due
9/19/2002
 
Point of Contact
gerald gilliard, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(gerald.gilliard@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Corps of Engineers, New York District intends to award a sole source contract to QPK Design for additional architectural/engineering services (A/E) in support of construction of the new Elementary School Gym at the United States Military Academ y. The subject project was awarded for construction on 09 Jul 02. The A/E services include shop drawing review (extension of design), site visits during construction and responses to request for information by the construction field office. The estimated v alue of this procurement is between $25,00 to $100,000. The SIC code for this acquisition is 8712, NAICS CODE 541310. This acquisition is SOLE SOURCE. The small business size standard is no more than 4 million in gross revenues per year as averaged over the last three years. If a large business intends to submi t a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Firms interested in proposing on this project are requested to affirm their interest by submission of a letter of interest to the following address: New Yor k District U.S. Army Corps of Engineers, 26 Federal plaza, Room 1843, New York, New York 10278, Attn. Mr. Gerald Gilliard. Parties requesting the CD documents must do so in writing, stating the solicitation number, project name. Complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area codes). The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Interested parties may download and print the solicitation, at no charge, at http://nan.usace.army.mil.(Contracting Opportunities). Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486 based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to ?FAO, USAED, NY?. No Solicitation documents will be available unless a vendor shows an interest that clearly indicates award to other than the sole source vendor is in the best interest of the government. Proposal Closing Date will be 30 calendar days following solicitation available date, on or around 19 September 2002 at 2:00 P.M. Proposals must be delivered or mailed to: USACE, Contracting Division Room 1843, 26 Federal Plaza, New York 10278-0090. Plans and specifications (hard copy) may be exam ined at the following locations: Brown?s Letters, 1167 McBride Ave., West Paterson, N.J. 07424, F.W. Dodge, 148 Princeton Hightstown Road, Hightstown, N.J. 08520; West Point Area Office, U.S. Army Engineer District, New York, Telephone (845)-938-4701 or U SAED-NY Area Engineer, 1 Main Street, Suite 403, Eatontown, NJ 07724, Telephone 732-389-3040. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR). Effective 1 June 98 contractors must have registered in the C CR database. Lack of registration in the CCR may make an offeror ineligible for award. Offerors must affirm, prior to award of the contract, that it is registered. If not already registered, on-line instructions and registration are available by visiting t he website at http://ccr.edi.disa.mil. The Corps of Engineers (COE) is responsible for effectively implementing the small business programs withi n its activities, including achieving program goals, and ensuring that contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, and Women-owned small business program requirements, and taking all reasonable actions to increase participation in its small business activities. In line with the emphasis on this program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small business concerns, Small Disadvantaged business concerns and Women-owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. In addition to locating simply small business sources, you are encouraged to take action to loca te competent Small Disadvantaged and Women-owned small business concerns for your subcontracting opportunities in preparing your offer. You are further urged to request such sources in the vicinity in which the work is to be performed. In addition, it is s uggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA?s certified listing of socially and economically disadvantaged business concerns in the vicinity in which the work is to be performed. Therefore, the followin g instructions and provisions apply to this solicitation: The successful offeror, if a large business, must submit a subcontracting plan within five (5) working days of notification of selection. The subcontracting plan must be in conformance with all asp ects of FAR Subpart 19.7. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from SBA) that the offeror?s subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged and Wo men-owned Small Business concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan the Contracting Officer will evaluate all relevant factors inclusive of an offeror?s past performance with respect to the offeror?s having awarded subcontracts for the same or similar products or services to Small, Small Disadvantaged and Women-owned small business concerns. In order to make this evaluation, the offeror is required to submit its past SF 294 (Subcontra cting Report For Individual Contracts) and SF 295 (Summary Subcontract Report) forms along with its offer. Subcontracting plans will be evaluated to ensure compliance with solicitation requirements and the public law. PRIOR to award, the successful offero r will be required to discuss its subcontracting plan with the Small And Disadvantaged Business Utilization Specialist (the ?SADBUS?), the Contracting Officer, the Source Selection Authority and the SBA. FAR 19.706, Responsibilities Of The Cognizant Admin istrative Contracting Officer, at subsection (b) states that ?If the contractor does not comply in good faith with the subcontracting plan, the administrative contracting officer shall, upon contract completion, make appropriate recommendations that contra cting officers may use for future contracts.? Therefore, a determination by the contracting officer, during or after completion of the project, that the contractor did not implement its plan in good faith may result in adverse recommendations with regard to the contractor?s future contract opportunities. In addition, FAR 52.219-16, Liquidated Damages - Subcontracting Plan, failure to fully implement the plan during the life of the project may result in the assessment of liquidated damages. Direct contracting questions to the Contract Specialist, point of contact for this acquisition is Mr. Gerald Gilliard, telephone (212) 264-0154, or facsimile (212) 264-3013 and technical questions to the technical point of contact for this acquisition who is Mr. Jeffrey Friese, telephone (845) 938-2116 or facsimile (845) 938-7046.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00132583-W 20020807/020805213621 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.