Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

Y -- Design/Build Contract for 1st Brigade Barracks, Fort Drum, New York

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-04-R-0005
 
Response Due
3/19/2004
 
Archive Date
5/18/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 the new 1st Brigade Barracks at Ft. Drum, 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 in RFP establish minimu m 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 must design and constru ct a complete and useable facility, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government the greatest confidence in the Offerors ability to meet the Governments requi rements in an affordable manner. 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 proposa ls, at which time Offerors will be allowed to examine the site. The proposals will be evaluated on the basis of the technical qualifications and price. The evaluation process essentially consists of five parts: proposal compliance review, technical/qualit y evaluation, price evaluation, final proposal revision (if discussions are required) and final determination by the SSA. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicitation. Propo sals 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 analysis. Technical factors are list ed 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, Offerors 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 - Past Relevant Experience of Offeror s Team: The Offeror as a Design-Build Team shall demonstrate relevant experience by the physical completion and acceptance of similar and relevant projects within the last seven (7) years. Factor 2 - Past Performance of Offerors Team: The Offeror as a Des ign-Build Team shall demonstrate at a minimum satisfactory performance, including timely completion of punch list and warranty work, for the projects submitted. Factor 3 - Qualifications of the Offerors Team: The Offeror will provide an organization char t and the key personnel resumes for the Offerors Design-Build Team. 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 submit an acceptable subcontracting plan may make the Offeror inel igible 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 Disadvantaged 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 concerns partic ipation of the total contract value. (3) Total target value of all SDB participation, expressed in dollars and percentages, of the total contract value. Factor 5 ?????? Variant Changes to Technical Requirements. Offerors who intend to submit changes (bett erments) to Section 01010 and/or drawings shall define these changes in Factor 5. A betterment is defined as any component of system which exceeds the minimum requirements stated in the Request For Proposal. If the offeror does not intend to make changes (betterments) to the 01010 Section and/or drawings, the offero r must provide a statement as such in Factor 5. 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 Volum e II). 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. Completion date is approximately 730 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 05 January 2004. 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 19 February 2004, 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 proj ect are the Internet and CD-ROM . Paper copies of this solicitation and amendments, 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. Utilization 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 str eet 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 1st Brigade Fort Drum NY
Zip Code: 13602
Country: US
 
Record
SN00493203-W 20031221/031219212647 (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.