Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOLICITATION NOTICE

Y -- Design and Construction of the Explosive Research and Development Loading Facility located at Picatinny, New Jersey

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0006
 
Response Due
7/19/2004
 
Archive Date
10/8/2004
 
Point of Contact
Loretta E. Parris, 212-264-4863
 
E-Mail Address
US Army Engineer District, New York
(loretta.e.parris@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals to award one firm-fixed price contract for the design and construction (Design-Build) of multiple buildings approximately three for use as mission related e xplosive operations 20,000 Square Feet plus or minus including supporting space, administrative or engineering workspace, 1,700 Square Feet plus or minus, and explosive storage magazines 1000 Square Feet plus or minus to accommodate Army mission concerning development of propulsion charge designs, including testing located at Picatinny Armament Research Development and Engineering Center, Picatinny, New Jersey. This project is required to modernize and centralize the Army owned fabrication and testing facil ities. Support facilities will include all utilities, HVAC, walks, curbs, gutters, parking, fire suppression/alarm system and communication system. There are a number of CERCLA sites throughout the Installation and the potential exists that contaminated s oil and or ground water may be encountered during excavation. The performance period is anticipated to be 730 calendar days (two years) from issuance of Notice to Proceed. The applicable NAICS Code is 236210, Industrial Building Construction with a Sma ll Business size standard of $28.5 million. SIC Code is 1531. This PROCUREMENT is RESTRICTED to SBA certified 8 (a) Firms serviced by the New Jersey District Office, Buffalo, Syracuse, and New York District Offices geographic coverage area only. All fi rms are encouraged to JOINT VENTURE if necessary. NOTE: In addition to the aforementioned evaluation process, all interested joint ventures submitting proposal shall also be subject to SBA review and approval of the proposed joint venture in accordance w ith title 13, chapter 1, part 124.513 of the code of federal regulations. It is therefore recommended that those joint ventures that are considering proposal for this effort obtain approval from SBA of their team/joint venture prior to proposal submission 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 NUMBER FOR THE ENTITY. LACK OF CCR REGISTRATION AND IN THE CASE OF TEAM/JOINT VENTURES, LACK OF SBA APPRO VAL WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. The procurement methodology will be Contracting by Negotiation, FAR part 15 using Best Value, Lowest Price Technically acceptable (LPTA) solicitation method. The estimated price range is $5,000,000 and $7,0 00,000. 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 construction quality. The objective of this solicitation is to obtain a fully functional design and construction of the Explosive R&D Loading 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 gives the Government the greatest confidence in the Offerors ability to meet the Governments requirements in an affordable manner. Offe rors 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 on 17 June 2004 beginning at 10:00:00 AM. All quest ions must be submitted in writing and emailed to Loretta Parris at loretta.e.parris@usace.army.mil Faxes will not be accepted. Cutoff date for questions is 24 June 2004. The Evaluation team will identify strengths, weaknesses, deficiencies, risks, and prepare narrative statements in order for the Contracting Officer to make selection decisions. The evaluation process consists of the following parts: Technica l Proposal (Design); Building systems and site plan, Contractor Past Experience, Contractor Past Performance, Team Resources, Management, and Personnel, Contractor Quality Control, price evaluation, and final determination by the Source Selection authority (SSA) Contracting Officer. To be considered acceptable, Offerors shall specifically address each of the evaluation factors and sub-factors set forth in the solicitation. Proposals will be evaluated on RFP compliance, past performance and technical merit s. 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 by a separate team. Each offer will be measured against the requirements of the RFP tec hnical, non-technical, and price in accordance with the RFP Solicitation. The evaluation process will include an assessment of risk—primarily in the areas of quality, cost and schedule. To be considered acceptable, Offerors shall specifically addres s each of the evaluation factors and Sub-Factors below: Factor 1 Technical Proposal (Design); Building System and Site: Requires Offeror to submit 10 percent concept design including drawings and narratives to clearly illustrate the proposed building(s) a nd overall site layout. Factor 2 Contractor Past Relevant Experience of Offerors Team: The Offeror shall submit documents in support of their past design build experience by demonstrating recent and related experience within the last five years for expl osive facilities, research and development facilities, or vertical design build projects of similar scope, magnitude and complexity. Factor 3 Contractor Past Performance of Offerors Team: The Offeror as a Design-Build Team shall demonstrate at a min imum 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 perfo rmance is not available, the Offeror may not be evaluated by this factor (factor will be excluded). Factor 4 Team Resources, Management and Personnel: The Offeror shall provide information to substantiate their qualifications. Offerors must clearly iden tify their sub-consultants and their responsibility on this project. Factor 5 Contractor Quality Control: The Offeror shall submit documents in support of their intention to design and construct a quality facility and their capacity to meet project schedu le. Proposals will be evaluated upon the analysis of the technical qualifications and consideration of the price proposed. The Offerors will be required to submit their proposal in two separate volumes. Volume 1 will be comprised of the technical and p erformance capabilities. Volume 2 will be comprised of the price proposal and shall parallel the submission requirement identified in the bid price schedule. Offerors are to be advised that an award may be made without discussion or any contact concerni ng the proposals received. However, the Government also reserves the right to enter into discussions if deemed necessary. If discussions are conducted the Offerors will be afforded the opportunity to revise their proposal. Bonding requirements are 100% Performance and Payment bonds. The bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. Additionally, an insurance certificate is required. Plans and specifications will be available on or about 7 June 200 4. Plans and Specifications may be examined at the following locations: Contracting Division office at 26 Federal Plaza, Room 1843, New York, N.Y.; Resident Engineer Office, Army Corps of Engineers, Bldg. 3002, Picatinny ARDEC, New Jersey 07806. Proposal package may be examined by appointment only on business days from date of solicitation until 19 July 2004. Proposals are due on 19 July 2004, 2:00:00 PM local time (EST). Solicitation number will be W912DS-04-R-0006. The media selected for the issuance of the solicitation and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and C D-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 solicitation, specifi cation files and drawings at no charge at http://www.nan.usace.army.mil CLICK ON CONTRACT BID. Minimum System Requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the web site 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 to th is 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 available upon written request stating the solicitation number and 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. The official Plan Holders list will be maintained and can be printed from the website only. All prospective Offerors and PLAN CENTERS are encouraged to register as plan holders on the web site. Contractor must be registered i n 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 will 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 1-800- 333-0505. Additional information on CCR registration and annual confirmation requirements may be obtained by calling 1-888 -227-2423. All interested and qualified 8(a) Firms are encouraged to participate. Loretta Parris Contract Specialist loretta.e.parris@usace.army.mil Telephone: 212-264-4863 U.S. Army Corps Of Engineers, New York District, CENAN-CT 26 Federal Plaza, Room 1843, New York, New York 10278-0090 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-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-0006/listing.html)
 
Place of Performance
Address: Picatinny Arsenal Picatinny New Jersey NJ
Zip Code: 07806
Country: US
 
Record
SN00684881-F 20041001/040929213027 (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.