Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
SOLICITATION NOTICE

Y -- Construction of a Child Development Facility (CDC) at Fort Drum, New York

Notice Date
10/20/2006
 
Notice Type
Solicitation Notice
 
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-07-R-0001
 
Response Due
12/6/2006
 
Archive Date
2/4/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This proposed procurement is SERVICE DISABLED VETERAN SET ASIDE. Associated NAICS code is 236210 with a standard size of $31,000,000.00. Child Development Center Facility (CDC), Fort Drum, New York is being advertised as a Request for Proposal (RFP) . This request for proposal requires separate technical and price proposals to be evaluated based on the FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures for award of the project. The intent of the Government is to award a firm-fixed pric e contract for the design and construction (design-build) of the new CDC Project, at Ft. Drum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. The design and technical criteria contained and cit ed in RFP establish minimum standards for design and construction quality. The estimated price range is $5,000,000-10,000,000 and a bid bond is required with submittal of the proposal. The completion period is 540 calendar days from Notice to Proceed (NTP) . Firms including small businesses are encouraged to JOINT VENTURE if necessary. The scope of work for the RFP includes the design and construction of a child development center building with exterior playground areas. Access for persons with disabilities will be provided in all areas. This project includes all structural, mechanical, electrical, plumbing, and information systems. Anti-terrorism/force protection will be provided by structural reinforcement, special windows and doors, and site measures. Al ternative types of construction will be allowed including: traditional construction, modular, panelized, pre-fabricated/pre-engineered, and tilt up methods. Supporting facilities include water, sanitary sewer, electrical, gas, storm drainage, information systems, fire alarm and protection systems, mass notification systems, roadway, parking, lighting, sidewalks, paving, signage, landscaping, and site improvements. The successful Offeror must design and construct complete and usable facilities, as describe d in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offerors ability to meet the Governments requirements in attt the lowest price. 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. Price will not be rated; lowest price will be the basis of award to the successful Offeror. To be considered a cceptable, Offerors shall specifically address each of the evaluation factors. The criteria for technical evaluation factors for this effort shall include: Factor 1  Past Experience of the Offerors Team - The Offeror will demonstrate past experience of bo th design and construction by providing recent and relevant Design-Build Experience and/or Design-Bid-Build Experience or any combination of the two. Factor 2  Past Performance of Offerors Team- The Offeror as a Design Build Team shall demonstrate at a m inimum satisfactory performance and evaluation information, including timely completion of punch list and warranty work, for the projects submitted. Factor 3  Qualifications of the Offerors Team - The Offeror shall identify the areas and percent of const ruction they intend to self perform and the areas and percent they intend to subcontract along with the names. Also, they shall provide an organization chart and key personnel for the Offerors Design-Build Team. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. However, the Government reserves the right to enter into discussion if deemed necessary, and if discussions are conducted, the Offerors within the competitive range will be affor ded the opportunity to revise their proposal. The solicitation will be released on or about 6 November 2006. Proposals will be due on or about 6 December 2006, 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 project are the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUES TS 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 at no charge at http://www.fedteds.gov. All ve ndors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system called Federal Technical Data System Fedteds (http ://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to I ndustry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are the following: 1 . Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperli nk posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Point of Contract: Major Charlotte H. Rhee, USA, Military Deputy, at (917) 790-8071.
 
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
SN01168813-W 20061022/061020220718 (fbodaily.com)
 
Source
FedBizOpps 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.