Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

Y -- Unit Operations Facility, 63d Explosive Ordnance Disposal Battalion (EOD), Fort Drum, New York

Notice Date
6/13/2007
 
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-0017
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a firm fixed price contract for the construction of the new Unit Operations Facility (63rd Explosive Ordnance Battalion (EOD), Fort Drum, New Y ork. This procurement is being solicited as HUBZONE SET-ASIDE. This project is planned for advertisement in June 2007. Contract duration is estimated at approximately 540 calendar days. The North American Industry Classification System (NAICS) code is 2362 20. The Small Business Size Standard is $31 million. The estimated price range is between $10,000,000 and $13,000,000; and a bid bond is required with submittal of the proposal. Fifteen percent (15%) of the work is to be self-performed. The scope of project includes all work required to design and construct a 63rd EOD Facility located at Fort Drum, NY as follows: primary facilities include a battalion headquarters, one (1) Company Operations Facility (COF), and Tactical Equipment Maintena nce Facility (TEMF) including concrete hardstand area. Information systems, HVAC, plumbing, electrical, fire protection systems and fire alarm control systems are included in the facilities. Project will include installation of IDS and will include conne ction to Energy Monitoring and Control System (EMCS). Supporting facilities include water, sewer, electric, gas, paving, walkways, storm drainage, site improvements and information systems. Antiterrorism/force protection (AT/FP) measures include laminate d glass windows with blast resistant frames, security lighting and site security measures. Accessibility for individuals with disabilities will be provided in public areas. 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 solicitation requirements. 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. Offeror shall specifically address each of the evaluation factors. The proposed solicitation will be a FAR Part 15 Best Value, Trade-Off solicitation. The Contracting Officer will award a firm fixed-price contract to that responsible Offeror whose proposal the Source Selection Authority has determined conforms to the so licitation, is fair and reasonable, and offers the best overall value to the Government, considering all non-price factors described herein, and price. All evaluation factors, other than price, when combined, are considered significantly more important th an the price. As part of the evaluation, the Government will evaluate betterments in proposals relative to the minimum standards in the RFP to determine if they offer additional value to the Government. In addition, innovations in proposals will be evalu ated to determine if creative ideas of the Offeror are a better value to the Government compared to the minimum criteria. The submission requirements are significantly more extensive then previous Fort Drum solicitations and it is highly recommended that all offerors view the complete proposal submission and evaluation requirements (Section 00111: PROPOSAL SUBMISSION REQUIRE MENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUILD) on the following New York District website under W912DS-07-R-0017: http://www.nan.usace.army.mil/business/buslinks/contract/fy07/W912DS-07-R-0017/Section00111.pdf The evaluation factors are as follows: Factor 1: Design Technical (Most Important Factor) The design-technical Factor consists of conceptual level presentation drawings, technical approach narratives and information regarding material and system quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually understand whether or not t he proposal meets or exceeds the minimum Solicitation requirements. Fully developed drawings, details, or specifications are not desired or required. The Offeror shall identify what it considers to be Betterments in its proposal for Subfactors 1-3 Subfactor 1: Building Functional Aesthetics (Most Important Subfactor) Subfactor 2: Quality of Building Systems and Materials (Equally Important with Subfactor 1) Subfactor 3: Site Design (2nd Most Important Subfactor, slightly less important than Subfactors 1 and 2) Subfactor 4: Sustainability (3rd Most Important Subfactor, slightly less important than Subfactor 3) Factor 2: Performance Capability (2nd Most Important Factor, slightly less important than Factor 1) Subfactor 1: Specialized Experience (Most Important Subfactor) The offeror shall select the design firm(s) and key subcontractors for electrical and mechanical installation, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) and key subcontractors for electrical and mechanica l installation, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) for this proposal. Also identify general subcontractors, if any of the facility types are to be fully subcontracted out and describe the extent of their involvement in the project. The prime contractor and the design firm(s) (or prime contract if design is to be self-performed) shall each demonstrate recent, relevant experience on similar projects. Offerors may identify state and local governme nt and private contracts that are similar to the Governments requirements. If the offeror is a joint venture, each firm shall provide information, demonstrating experience relevant to their role on this project. Submit projects selected from those discu ssed in the experience narrative that are currently well underway (designed and at least 50% construction progress completed) or completed and turned over no longer that five (5) years preceding the date of this Solicitation. If any firm has multiple func tions or divisions, limit the project examples to those preformed by the division or unit submitting the offer or by the team member. Design firms may list prime contractors they have worked for or government, private or commercial customers. The offeror shall select the design firm(s). If projects were design-build, so identify them. The prime contractor and the design firm(s) shall each submit no more that five (5) projects for each of the facility types or their equivalent or similar commercial or in stitutional type. Subfactor 2: Past Performance (2nd Most Important Subfactor, slightly less important than Subfactor 1) Past performance refers to the quality of recent project experience from the owner's perspective. The Offeror, design firm(s) and key subcontractors shall provide customer reference name(s), company affiliation and current phone numbers on the specific pr oject experience sheets submitted for specialized experience. The evaluation under this subfactor will be limited to projects completed or well underway (as defined above) within 5 years preceding the date of the solicitation. The Government will use the specific project experience sheets as part of its past performance evaluation which shall include the performance rating by the owner on the form, if the Offeror was rated. The Government may contact and interview the points of contact and reserves the ri ght to interview other individuals acting for the listed reference, if the listed reference is not available. The team members may also provide brief information on problems encountered on identified contracts and the team members corrective action. Subfactor 3: Proposed Contract Duration and Summary Schedule (3rd Most Important Subfactor, slightly less than Subfactor 2, Equal to Subfactors 4 and 5 Subfactor 4: Organization/Technical Approach (3rd Most Important Subfactor, slightly less important than Subfa ctor 2, Equal to Subfactors 3 and 5) Subfactor 5: Key Personnel Capability and Experience (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Subfactors 3 and 4. Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important than Factor 2) Factor 4: Price and Proforma Forms (4th Most Important Factor, slightly less important than Factor 3) 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 solicitation at no charge at http://www.fedteds.gov. All vendors who want to access s olicitations 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). There will be no automated email notification o f amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. A hyperlink posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Utilization of the Internet is the preferred method; however, CDs will be available upon written request stating the solicitation number, 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 $15.00 to USACE, NY District. Checks should be sent to U.S. Army Corps of Engineers, 26 Federal Plaza, Room 1843, New York, New York 10278-0090. Registration Requirements: DFARS 252.204-7004 Required Central Co ntractor Registration (CCR) applies to this procurement. To be eligible for award 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. The Contract Specialist for this procurement is Major Charlotte H. Rhee. She may be reach ed by phone at (315) 772-4107 or fax at (315) 772-1566. Questions may be directed to Major Rhee at the following e mail address charlotte.h.rhee@usace.army.mil.
 
Place of Performance
Address: United States Army Corps of Engineers (New York District) CENAN-CT, Contracting Division (ATTN: Major Rhee) 26 Federal Plaza New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01317937-W 20070615/070613221459 (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.