Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

Y -- Explosive Research & Development Loading Facility, Picatinny, New Jersey

Notice Date
10/8/2004
 
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-05-R-0001
 
Response Due
1/4/2005
 
Archive Date
3/5/2005
 
Small Business Set-Aside
N/A
 
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 (3) new and one (1) renova tion, for use as mission related operations. The project includes new construction and renovation of minimally 21,000 Square Feet though not to exceed 28,000 Square Feet. The facilities include: Administrative/Engineering workspace, explosive storage fac ility (four bay), and processing/milling accommodating 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 req uired to modernize and centralize the Army facilities. Support features of these facilities will include all utilities, HVAC, covered walkways, parking, fire suppression/alarm system, and communication system. There are a number of CERCLA sites throughout the entire Installation and the potential exists that contaminated soil 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 N AICS Code is 236210, Industrial Building Construction. SIC Code is 1531. This PROCUREMENT will be UNRESTRICTED.. The procurement methodology will be Best Value, Lowest Price Technically acceptable (LPTA) solicitation method. The estimated price range is $ 5,250,000 and $7,250,000. 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 the RFP docum ents establishes minimum acceptable standards for design and construction quality. The objective of this solicitation is to obtain a technically competent and sound design as well as quality construction of the Explosive R&D Loading Facilities. The success ful Offeror must design and construct complete and useable facilities as described in the RFP documents. The successful Offeror must submit 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. 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 b e scheduled on or about November 16, 2004 beginning at 10:00:00 AM. All quest ions must be submitted in writing and emailed to Scott Helmer at [scott.m.helmer@usace.army.mil]. Cutoff date for receipt of questions is December 6, 2004 at 4:00:00 pm EST. The Source Selection Evaluation Board will identify strengths, weaknesses, deficiencies, risks, and prepare narrative statements in order for the Source Selection Authority (SSA) to make selection decision. The evaluation process consists of the following: Te chnical Proposal (Design); Building systems and site plan, Contractor Past Experience, Contractor Past Performance, Team Resources, Management, and Personnel, Contractor Quality Control, price evaluation. Final determination by the Source Selection Author ity (SSA) will be based on documents from the Source Selection Evaluation Board. Offerors shall specifically address each of the evaluation factors and sub-factors set forth in the solicitation. Offerors will be required to submit their proposal in two s eparate volumes. Volume 1 will comprise the technical and performance capabilities and Volume 2 will comprise the price proposal and shall parallel the submission requirement identified in the bid price schedule. Technical proposal will be evaluated base d on RFP compliance and technical merit. Price proposal will be evaluated on price only. Price proposal will not be scored, but will be evaluated for fairness and reasonableness through the use of price analysis by the Price Evaluation Team. Each offer will be measured against the requirements of the RFP; technical, non-technical, and price in accordance with the RFP Solicitation. The evaluation process will i nclude an assessment of risk, primarily in the areas of quality, cost, and schedule. Offerors shall specifically address each evaluation factors and sub-factors including: Factor 1: Technical Proposal (Design), Building Systems, and Site. Offeror shall s ubmit 10 percent concept design including drawings and narratives to clearly illustrate the proposed buildings and overall site layout. Factor 2: Contractor Past Experience whereas Offeror will provide documents in support of their past design build exper ience by demonstrating relevant and related experience, within the last five years, for explosive facilities, research and development facilities, or design build of vertical construction projects of similar scope, magnitude and complexity. Factor 3: Cont ractor Past Performance whereas Offeror 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 recor d of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated by this factor (factor evaluation will be neutral). Factor 4 Team Resources, Management and Personnel whereas the Offeror shall p rovide information to substantiate their qualifications. Offerors must clearly identify all sub-consultants and their roles and responsibilities on this project. Factor 5 Contractor Quality Control whereas the Offeror shall submit documents in support of their intention to design and construct quality facilities as well as their capacity to meet project schedules. Proposals will be independently evaluated on the technical qualifications and consideration of the price proposed. Offerors are to be advised that an award may be made without discussion or contact, however, the Government also reserves the right to enter into discussions if deemed necessary. If discussions are conducted, Offerors will be afforded an opportunity to provide a final revised propo sal. 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 (RFP documents) will be available on or about October 25, 2004. Proposals will be due on or about January 4, 2005, 2:00:00 PM local time (EST). The media selected for the issuance of the solicitation and amendments shall be solely at the discretion of the Gove rnment. Accordingly, the media for this project 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. In terested parties may download and print the solicitation, specification 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 c heck the web site periodically for any amendments and notices to 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 may be available upon written request stating the solicitation number and project name, complete company name a nd 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 $100.00 to USAED, New York. The official Plan Holders list will be maintained and can be prin ted from the website only. All prospective Offerors and PLAN CENTERS are encouraged to register as plan holders on the web site. Contractors must be registered 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 will make an offeror ineligible for award. Contractors may access the CCR and register at http://w ww.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 Firms are encouraged to participate.
 
Place of Performance
Address: Armament Research Development and Engineering Center Picatinny ARDEC Picatinny NJ
Zip Code: 07806
Country: US
 
Record
SN00691970-W 20041010/041009085017 (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.