Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
MODIFICATION

Y -- Design/Build of new Wheeler Sack Army Airfield Barracks Complex, Fort Drum NY

Notice Date
4/16/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-0010
 
Response Due
6/11/2004
 
Archive Date
9/2/2004
 
Point of Contact
Shaukat Syed, 212-264-6707
 
E-Mail Address
US Army Engineer District, New York
(shaukat.m.syed@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 a firm-fixed price contract for the design and construction (design-build) of the new Wheeler Sack Army Airfield (WSAAF) Barracks Complex a t Ft. Drum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. The performance period is anticipated to be 913 calendar days. This is an UNRESTRICTED PROCUREMENT, full and open competition to all business concerns and is issued pursuant to the Small Business Competitiveness Demonstration Program. All firms including small businesses are encouraged to JOINT VENTURE if necessary. The procurement methodology Contracting by Negotiation, FAR part 15 u sing Best Value, Trade-off, solicitation methods with price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4. The estimated price range is $60,000,000-80,000,000. A bid bond is required. This solicitation is not a competitive open bid and there will not be a formal public bid opening. This procurement will result in a Firm Fixed Price Contract. The design and technical criteria contained and cited in RFP establish minimum standards for design and construct ion quality. The solicitation criteria rely predominately upon military standards for barracks, headquarters buildings, and company operating facilities to meet program specific requirements for the Army's Program. The objective of this solicitation is to obtain a fully functional brigade-sized barracks complex. The complex includes two 240 pn Barracks buildings, five company operations facilities, eight hangar company operation facilities, three battalion headquarters with classrooms, a brigade headquart ers, a troop aid station, and a dining facility. The successful Offeror must design and construct a complete and useable facility, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that g ives the Government the greatest confidence in the Offeror’s ability to meet the Government’s requirements 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, date/time to be determined, for the Offerors, p rior to submittal of proposals, at which time Offerors will be allowed to examine the site. The evaluation team will use the Color Coding system, which uses colors to indicate the degree to which the offeror's proposal meets the standards for each factor evaluated. Evaluators will identify strengths, weaknesses, deficiencies and risks and prepar e narrative statements in order for the contracting officer to make selection decisions. The evaluation process essentially consists of the following parts: proposal compliance review, technical/quality evaluation, price evaluation, cost/technical trade-off analysis and final determination by the Source Selection Authority (SSA)/Contracting Of ficer. 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, past performance 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. Each offer will be measured against the requirements of the RFP technical, non-technical, and price in accordance with the RFP solicitation, which includes technical qualifications, management plan, and technical proposals. This part of the evaluations is conducted without the related price proposals. The evaluation process will include an assessment of risk--primarily in the areas of quality, cost, and schedule. The price analysis is conducted in accordance w ith FAR part 15 by a separate team. 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, and so on. Within each factor, sub-factors are of equal importance. Award for this procurement will b e based on technical factors and price, which together constitute a best value to the Government, although not necessarily to the lowest price. 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 D esign-Build Team shall demonstrate past relevant experience by providing recent and relevant Design-Build Experience and/or Design-Bid-Build Experience. Factor 2 – Proposed Engineering Systems: The Offeror shall demonstrate their understanding of the project design requirements by submitting key features of work as part of the proposal. These include Sustainable Project Rating Tool score sheets and descriptions, water tower design, wall sections, and exterior renderings. Factor 3 - Past Performance of Offeror's Team: The Offeror as a Design-Build Team shall demonstrate at a minimum satisfactory performance and evaluation information, including timely completion of punch list and warranty work, for the projects submitted. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated by this factor (factor will be excluded). Factor 4 - Qualifications of the Offeror's Team: The Offeror shall ide ntify the areas and percent of construction they intend to self perform and the areas and percent of construction they intend to subcontract along with the names. Also they shall provide an organization chart and the key personnel for the Offeror's Design- Build Team. Factor 5 – Performance Schedule: The Offeror shall provide a detailed project schedule demonstrating their understanding of the project requirements and ability to complete the project in a timely manner. Factor 6 – 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 pro ject 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 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 Disadvantaged Bus iness (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 dolla rs 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. 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). 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 AD VI SED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT 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 affor ded 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. The applicable NAICS Code is 236220 with a small business size standard of $28.5 million. Completion date is approximately 913 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 30 April 2004. Plans a nd 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 Jeff Crowley at 315-772-1567. Proposals are due on or about 11 June 2004, 1500 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 . TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the s olicitation, 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 th e 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. It is the offerors responsibility to check the web site periodically for any amendments and notices t o this solicitation. The Government is not liable in the event an offeror fails to check the web site. No individual or written notification of amendments will be provided. Utilization of the internet is the preferred method, however, CD's will be avai lable 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 amoun t of $10.00 to USAED, New York. The official plan holders list will be maintained and can be printed from the web site only. All prospective offerors and PLAN CENTERS are encouraged to register as plan holders on the web site. Contractor must be registe red in the Centralized Contractor Registration (CCR) database in order to receive a contract award by any DoD Contracting as required by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004. Lack of registration in the CCR database w ill make an offeror ineligible for award. Contractors may access the CCR and register at http://www.ccr.gov. Ensure DUNS number and CAGE Code are provided with the proposal. To receive your DUNS number, offerors must call Dunn and Bradstreet (D&B) at 1-80 0-333—0505. Additional 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/W912DS-04-R-0010/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00654390-F 20040827/040826082335 (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.