Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
MODIFICATION

56 -- Material Receiving Facility and Entrance Gate Security; DLA-HQ, Fort Belvoir, VA

Notice Date
9/14/2007
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-07-D-0092
 
Response Due
9/30/2007
 
Archive Date
11/29/2007
 
Small Business Set-Aside
N/A
 
Description
VIEW REQUEST FOR PROPOSAL General Information Request For Proposal Number: W912DR-07-R-0092 Amendment 1  change D to R Restrictions: UNRESTRICTED HUBZONE PREFERENCE EVALUATION Title: Material Receiving Facility and Entrance Gate Security; DLA-HQ, Fort Belvoir Location: Fort Belvoir, Virginia Issue Date: 30 September 2007 Closing Date: 15 January 2008 15:30 p.m. EST Price Range: Change Estimated cost of construction is Less than $25,000 to Between $10,000,000 and $25,000,000 Time for Completion:Construction completion is 365 days NAICS: 237310 FSC: Y111 Size Standard: $31.0M Contracting POC: Marcia Young @202-730-3786 Technical POC: Project A: Rick Cole (410) 962-6683 Project B: Ben Wibel (410) 962-2830 PM Name: Alexandra Crawford (410) 962-2830 THE REQUEST FOR PROPOSAL WILL BE RELEASED 30 SEPTEMBER 2007 This is a Best Value two-phase procurements Project A and Project B Unrestricted with a HubZone Evaluation Preference. Projects are for NAICS 237310 size standard of $31.0M. Estimated cost of services is between $10,000,000 and $25,000,000. Project A: The Material Receiving Facility project consists of constructing a new 15,000 Square Feet consolidated facility to receive and screen all materials delivered to the Andrew T McNamara Headquarters Complex (HQC) to meet all AT/FP criteria. Project B: The Entrance Gate Security Enhancement portion of the project consists of improvements to both entrance gates (access control points) into the DLA HQ Complex off Kingman Drive. The request for proposal will be evaluated and the contract will be awarded to the offeror providing the best value via trade off analysis. The award will be made to the offeror whose proposal is considered most advantageous to the Government, costs and other factors considered. Competitive proposals will be evaluated based on the evaluation criteria asset forth in the Request For Proposal package. The Request For Proposal is scheduled to be issued on or about 30 September 2007 with proposals due on or a bout 15 January 2008. The project consists of geometric road improvements to enhance security to both gates and installation of an integrated system of active and passive vehicle barriers to stop threat vehicles form breaching the compound perimeter. Work also includes canopie s over truck and automobile entrance and inspection facilities, a 150 SF storage building, fencing, barrier walls, electrical service upgrades, lighting, communications, pavements, road sensors, and signage. EVALUATION CRITERIA: 1. Experience Matrix/Narrative: This information serves to insure the offerors have a high level of experience prior to being further evaluated. 2. Management Plan: This information permits the evaluation team to make a reasoned judgment regarding the offerors ability to manage the projects expertly and efficiently for all tasks to include travel, staff, schedule, etc. 3. Sample Plans: These will permit the government to review the offerors ability to perform the contract successfully. The offer shall request the Commissioning Agent PDF file and complete and return the information to Marcia E. Young no later than 15 January 2008. The matrix shall show if the specific task has been performed by the offeror/team. The offeror shall design ate in the matrix whether the experience is the Primes, the team consultants or both. The offeror shall submit their social economic status and briefly describe relevant experience in the following areas. Indicate if experience is the Primes or the team members. If it is the team members experience, indicate which team member. Respons e shall be limited to 5 pages. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracting goal for this procurement is 51.2% of the total subcontracting dollar value. Of that 8.8% should be placed with Small Disadvantaged Busi nesses, 7.3% Women-Women-Owned Small Businesses, 3.1% with HubZone Businesses, and 1.5% with Service Disabled Veteran Owned Small Businesses. Additional information in accordance with the statement of work is included in the request for proposal package. All responsible sources may submit a bid which shall be considered by the agency. The will be provided in an electronic format, free of charg e, to all registered plan holders. The media through which the Government chooses to issue this Request For Proposal will be the Internet only. This Request For Proposal will not be issued in paper. Contractors requests for this Request For Proposal will be performed through ASFI. The Request For Proposal will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Technical Data Solution System (FedTeDS)a one-time registration process for vendors/contractorsAccounts may only be atta ined by CCR-registered contractors/vendor, go to www.fedteds.gov for additional information. After issuance of the Request For Proposal, contractors may view and or download this Request For Proposal and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin? openform&Request For ProposalNumber=W912D07-07-R-0092. [NOTE: This is specific to each Request For Proposal] Plans and specifications will not be available in paper format. Use of the FedTeDS website requires prior registration at www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS website (using the above link) for amendments to the Request For Proposal. You must be registered with the Central Contrac tor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. All offerors are encouraged to visit the Baltimore Districts public website, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab. usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/(USE THE BALTIMORE DISTRICT ACRONYM  W912DR  07-R-0092 IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. No phone or fax request for copy of Request For Proposal will be accepted. All questions shall be submitted via e-mail to Marcia.E.Young@nab02.usace.army.mil/ or by calling 202-730-3786. Bids can be submitted via mail to Baltimore US Army Corps of Engine ers, Contracting Division, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201-2530. Technical Point of Contact: Richard Cole, RM. 10500 10, South Howard Street, Baltimore, MD 21201 (410) 962-6683. Richard.L.cole@nab02.usace.army.mil Plans & Specs: Available thru FedTeDS Amendments:Amendment 1, 13 September 2007 Register as an Interested Party: Download the attached form, complete, and return as directed.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01407632-W 20070916/070915195454 (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.