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
SPECIAL NOTICE

99 -- Model Request for Proposal (RFP) Submission Requirements

Notice Date
6/13/2007
 
Notice Type
Special 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
USA-SNOTE-070613-003
 
Archive Date
9/11/2007
 
Description
In Fiscal Years 2007-2008, Design-Build (DB) contracts will be procured through the standard MILCON Transformation (MT) Model Request for Proposal (RFP). The required MT Model RFP Template documents are standardized. The submission requirements are significantly more extensive than previous Fort Drum solicitations and it is highly recommended that all prospective offerors view the complete proposal submission and evaluation requirements (Section 00111: PROPOSAL SUBMIS SION REQUIREMENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUILD) on the following New York District website: 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 the 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 perspec tive. The Offeror, design firm(s) and key subcontractors shall provide customer reference name(s), company affiliation and current phone numbers on the specific project experience sheets submitted for specialized experience. The evaluation under this su bfactor 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 i nclude 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 right 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 Subfactor 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) Please refer to W912DS-07-R-0017, Unit Operations Facility, 63rd Explosive Ordnance Battalion, Fort Drum, New York where the Model RFP requirements have been implemented (this is a HubZone set-aside). Prospective contractors are encouraged to review this announcement. The Contract Specialist is Major Charlotte H. Rhee. She may be reached 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.
 
Web Link
United States Army Corps of Engineers (New York District)
(http://www2.fbo.gov/spg/USA/COE/DACA51/postdatePrevDays_1.html)
 
Record
SN01317938-W 20070615/070613221501 (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.