Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOLICITATION NOTICE

Y -- Design/Build contract of 1+1 Divarty Barracks Expansion and supporting facilities at Ft. Drum, New York

Notice Date
4/10/2003
 
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
DACA51-03-R-0004
 
Archive Date
8/16/2003
 
Point of Contact
Shaukat Syed, 264-6707
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(Shaukat.M.Syed@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP)'s to award one firm-fixed price contract for the design and construction (design-build) of 1+1 Divarty Barracks Expansion and supporting facilities at Ft. D rum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. This is a one-step solicitation with price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4. The Government will use a lowest price technically accepted selection approach for this selection. This solicitation is not a competitive open bid and there will not be a formal public bid opening. The design and technical criteria contained and cited i n RFP establish minimum standards for design and construction quality. The solicitation criteria rely predominately upon military design standards for barracks to meet program specific requirements for the Army's Barracks Program. The successful Offeror m ust design and construct a complete and useable facility, as described in the RFP documents. The project will be located in the 10500 area at the corner of Fourth Street and 5th Armored Division Drive. The building is a two-story facility of approximatel y 3,395 sq. m. (35,635 sq. ft). Construction is to match the architectural theme of adjacent buildings which were constructed in 1987-1990.Supporting facilities include parking, walkways, and utilities. Minimum anti-terrorism/force protection measures in clude blast doors and blast resistant windows at the exterior walls, Type II masonry construction and stand-off distances. Fire protection measures include sprinklers and fire alarm system. Heating will be provided by natural gas. An emergency monitoring and control system (EMCS) shall be provided. The evaluation factors and subfactors that establish the requirements of acceptability shall be set forth in the solicitation. The proposals will be evaluated on the basis of the technical qualifications and price. The evaluation process essentially consi sts of five parts: proposal compliance review, technical/quality evaluation, price evaluation, final proposal revision, and final determination by the SSA. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicitation. Proposals will be evaluated on RFP compliance and technical merits. Price proposals will be evaluated on price only. Price will not be scored, but will be evaluated for fairness and reasonableness through the use of price ana lysis. Technical factors are listed in order of decreasing importance; Factor 1 is more important than factor 2, which in turn is more important than factor 3. Within each factor, sub-factors are of equal importance. To be considered acceptable, Offeror s shall specifically address each of the evaluation factors. Technical evaluation includes evaluation of the both the technical proposal and the subcontracting plan. The criteria for technical evaluation factors for this effort shall include: Factor 1 ? P roposal Submission Requirements and Instructions; The Offerors shall submit, with their proposal, sufficient material to permit evaluation of the criteria listed below. Factor 2 ? Technical Proposal: The technical proposal shall be submitted in one three-r ing binder with tabbed dividers separating the main sections with a detailed Table of Contents and List of Appendixes, labeled Volume I - Technical Proposal. It should include: (a) Introduction: The introduction shall include the following information: (1 ). Name and address of organization. (2). Location of the principal office. (3). The type of organization (corporation, partnership, joint venture). (4). The number of years the Offeror's organization has been in business. (5). The number of years the Offeror's organization has been in business under its present business name. (6). Other or former names the Of feror's organization operated under, and during which calendar years the organization operated under these other or former names. (b) Past Relevant Experience of Offeror's Team: The Offeror as a Design-Build Team shall demonstrate relevant experience by t he physical completion and acceptance of similar and relevant projects within the last seven (7) years. (c) Past Performance of Offeror's Team: The Offeror as a Design-Build Team shall demonstrate at a minimum satisfactory performance, including timely com pletion of punch list and warranty work, for the projects submitted under Factor 1. (d) Qualifications of the Offeror's Team: The Offeror will provide an organization chart and the key personnel for the Offeror's Design-Build Team. Factor 3 ? Price Propos al - The price proposal shall be submitted in a separate binder labeled Volume II - Price Proposal. The sections shall parallel the submission requirements identified in the bid schedule. Provide six copies of bound written material (folded and bound in Volume II). Factor 4 ? Subcontracting Plan: (a) The subcontracting plan shall be submitted in a separate binder labeled Volume III - Subcontracting Plan. Large business concerns must submit as part of their proposal their subcontracting projections for this project in accordance with FAR Contract Clauses 52.219-8 and 52.219-9. All large businesses shall submit a subcontracting plan with their technical and price/cost proposals. The plan should be prepared in accordance with FAR 52.219-9. Failure to su bmit an acceptable subcontracting plan may make the Offeror ineligible for award of the contract. The submission of the subcontracting plan is in no way advantageous to large businesses over any small business in the evaluation process. (b) Small Disadvant aged Business (SDB) Utilization Plan. (Applies to all Offerors.) Offerors shall submit a SDB Utilization Plan, to include the following information: (1) Identification of each SDB concern proposed and the work each is to perform. (2) Targets expressed in dollars and percentages representing each SDB concern?s participation of the total contract value. (3) Total target value of all SDB participation, expressed in dollars and percentages, of the total contract value. Upon acceptance of the offer, the Offeror is responsible for both the design and construction consistent with the requirements of the solicitation and the accepted proposal. OFFERORS ARE TO BE ADVI SED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CO NTACT CONCERNING THE PROPOSALS RECEIVED. However, the Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the Offerors will be afforded the opportunity to revise their proposal. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. A site visit will also be scheduled, for the offerors, prior to submittal of proposals, at which ti me offerors will be allowed to examine the site. The applicable NAICS Code is 236220 with a small business size standard of $28.5 million. Estimated construction value is between $5,000,000.00 and $10,000,000.00. Completion date is approximately 730 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 01 May 2003. Plans and Specifications may be examined at the following locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, Army Corps of Engineers, Bldg. 4895, Nininger Street, Ft. Drum, New York 13602; Point of contact is Phil Favret at 315-772-6745. Proposals are due on or about 17 June 2003, 1400 hours local time. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation and amendme nts, if any, will not be available or issued. Interested parties may download and print the solicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilizat ion of the internet is the preferred method, however, CD's 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 USAED, New York. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888 -227- 2423 or via the Internet at http://www.ccr.gov.
 
Place of Performance
Address: Fort Drum 10500 area at the corner of Fourth Street and 5th Armored Division Drive Watertown NY
Zip Code: 13602
Country: US
 
Record
SN00300910-W 20030412/030410213748 (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.