Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
MODIFICATION

Y -- CONSTRUCTION AND RENOVATION OF THE HIGH ENERGY PROPELLENT FORMULATION FACILITY AND ASSOCIATED STRUCTURES OF THE 1300 AND 1400 AREA FACILITIES (REVISED)

Notice Date
5/1/2003
 
Notice Type
Modification
 
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-0007
 
Response Due
6/24/2003
 
Archive Date
8/23/2003
 
Point of Contact
Edward Lew, 212-264-7740
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA *********************(REVISED)********************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/build of a High Energy Propellant Formulation Faci lity, with support facilities and site improvements. Major components of the project include a 36,400 SF building, for ordnance operations, with administrative space to support the Army wide mission of propellant and igniter development; and approximately 15 new and 3 renovated structures. The supporting facilities will include all the utilities, HVAC, fire suppression/alarm system, telecommunication system, walks, drainage and parking. Explosive storage magazines are also included in this project. Removal and disposal of lead paint, asbestos containing materials and contaminated soil resulting from demolition are potentially required. The design-build process is the procurement of a facility utilizing a Request of Proposal (RFP) to solicit both the design a nd construction of the facility by a single cont ractual instrument. This procurement shall be RESTRICTED to SBA certified 8(a) Firms serviced by the New Jersey District Office, Buffalo, Syracuse, and New York District Offices, and Philadelphia District Of fice geographic coverage area only. The process for this award shall be in accordance with FAR Part 15.101-2 - Lowest Price Technically Acceptable Source Selection Process. This solicitation is not a competitive open bid and there will not be a formal publ ic bid opening. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Evaluation factors for this effort shall include: Building System and Site Plan, Contractor Specialized Past Experience and Past Performance, Qualification to include Team Res ources, Management and Personnel, Performance Capability. The proposals will be evaluated upon the analysis of the technical qualifications and consideration of the price proposed. The evaluation process essentially consists of three parts: proposal compli ance review, technical/quality evaluation, and final proposal revision (if necessary). Consideration shall be given to prices proposed. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicit ation. Sufficient detail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The proposal must clearly show that the Offeror has an understanding of the work required and has the capability to acc omplish the project in accordance with the project schedule. Comprehensible knowledge of the Dept.of the Army Pamphlet 385-64 shall be required. Bonding requirements are 100% Performance and Payment bonds. Aditionally, an insurance certificate is required. NOTE: IN ADDITION TO THE AFOREMENTIONED EVALUATION PROCESS, ALL INTERESTED JOINT VENTURE ENTITIES SUBMITTING PROPOSALS FOR THIS REQUIREMENT SHALL ALSO BE SUBJECT TO SBA REVIEW AND APPROVAL OF THE PROPOSED JOINT VENTURE PARTNERSHIP IN ACCORDANCE WITH TITLE 13, CHAPTER 1, PART 124.513 OF THE CODE OF FEDERAL REGULATIONS. IT IS THEREFORE RECOMMENDED THAT THOSE ENTITIES THAT ARE CONSIDERING TO PROVIDE PROPOSALS FOR THIS EFFORT TO PROVIDE A PACKAGE OF THEIR TEAM/JOINT VENTURE PARTNERSHIP PRIOR TO PROPOSAL SUBMIS SION TO AVOID UNNECESSARY PROPOSAL COSTS FOR THIS EFFORT. OFFERORS ELECTING TO PARTNER MUST REGISTER THE PARTNERSHIP IN CCR AND MUST HAVE A TAX ID AND DUNS FOR THE ENTITY. AWARD MAY NOT BE DELAYED IF AN ENTITY IS NOT REGISTERED AT TIME OF AWARD. AWARD WILL BE MADE TO THE NEXT OFFEROR IN LINE MEETING ALL OF THE BUSINESS CLEARANCE REQUIREMENTS. Estimated construction value is between $10,000,000 and $17,000,000. Th e NAICS Code is 233310. The size standard is $28.5 Million. Completion date is approximately 730 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 09 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. 3002, Picatinny Arsenal, New Jersey 07806. Proposals are due on 24 June 2003, 1430 hours local time. The media selecte d for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for th is project are the Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. Inter ested 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 Pentium based personal computer, Microsoft Windows 9x or greater, 128MB 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. Utilization of the interne t 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 c odes). Make check or money o rder 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 th e 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://ccr2000.com. All interested and qualified 8(a) Firms are encouraged to participate.
 
Place of Performance
Address: 1300 AND 1400 AREA BUILDING FACILITIES PICATINNY ARSENAL DOVER/WHARTON NJ
Zip Code: 07806-5001
Country: US
 
Record
SN00316172-W 20030503/030502073906 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.