Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

Y -- Warrior in Transition, Fort Drum, New York.

Notice Date
2/13/2008
 
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-08-R-0012
 
Response Due
5/15/2008
 
Archive Date
7/14/2008
 
Point of Contact
Shaukat Syed, 917-790-8176
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(shaukat.m.syed@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a contract for construction of a standard design barracks and Company Headquarters. Information systems, fire protection systems and fire alarm control system will be included in the facilities. Work will include connection to utility management and control system (UMCS). Supporting facilities include water, sewer, electric, gas, paving, walkways, storm drainage, parking, and site improvements. Antiterrorism/force protection (AT/FP) measures include laminated glass windows with blast resistant frames, security lighting, and site security measures. Comprehensive building and furnishings related interior design services are required. Access for per sons with disabilities will be provided in public areas. Air Conditioning (Estimated 340 Tons). Location is Fort Drum, New York. The duration of this project is approximately 540 calendar days. This procurement is being solicited as Unrestricted witb Hu bZone Price Evaluation Preference. Procurement will be based on the Best Value Trade-Off process. The applicable NAICS CODE IS 236220 with a Small Business Size of $31.0 Million Dollars. The SIC CODE is 1522. The estimated cost range for this project i s between $25 Million to $100 Million Dollars. 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 requiremen ts (Section 00111: PROPOSAL SUBMISSION REQUIREMENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUILD) on the following New York District website under W912DS-08-R-0012: The evaluation factors are as follows: Factor 1: Design Tech nical (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 level s 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: Quality of Building Systems and Materials (Most Important Subfactor). Subfactor 2: Building Func tionality and Size (2nd Most Important Subfactor, slightly less important than Subfactor 1). Subfactor 3: Site Design (2nd Most Important Subfactor, slightly less important than Subfactor 2). 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 structural construction, site/civil construction, electrical and mechanical insta llation, (or prime contractor if design and/or structural construction, site/civil construction, electrical and mechanical installation is to be self-performed) and key subcontractors for structural construction, site/civil construction, electrical and me chanical installation, (or prime contractor if design and/or structural construction, site/civil construction, electrical and mechanical installation is to be self-performed) for this proposal. Also identify general subcontractors, if any of the facilit y types are to be fully subcontracted out and describe the extent of their involvement in the project. The prime contractor, the design firm(s) (or prime contract if design is to be self-performed) and key subcontractor(s) shall each demonstrate recent, r elevant experience on similar projects, using attachments 2 and 3 at the end of the section. Offerors may identify state and local government and private contr acts 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 discussed in the experien ce 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 functions 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 de sign firm(s). If projects were design-build, so identify them. The prime contractor, the design firm(s) and the key subcontractor(s) shall each submit one (1) to five (5) projects for each of the facility types or their equivalent or similar commercial o r institutional 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), submitted for specialized experience in TAB B (no separate submittal for past performance, here). 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 submitted in Tab B as part of its past performance evaluation. Include the performance rating by the owner on the form, if the Offeror was rated. The Offeror must send the attached interview form (attachment 6) to their customers with directions to complete and fax to the contracting specialist. 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. S ubfactor 3: Organization/Technical Approach (3rd Most Important Subfactor, slightly less than Subfactor 2, Equal to Subfactor 4. Subfactor 4: Key Personnel Capability and Experience (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Subfactors 3. Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important than Factor 2). Price and Proforma Forms (price is considered less significant than the all technical and small business factors). Point of con tact for this project is Albert Rumph at 917-790-8078. Plans and specification for Solicitation W912DS-08-R-0012 will be available on or about 27 February 2008. Proposal due date is on or about 27 March 2008 at 2:00 PM (Eastern Standard Time). The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. 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 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 Feted (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for a ll Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Ac quisition 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 rec eive 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 hyperlink posted in FedB izOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the r ecommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with Fed Teds. Utilization of the Internet is the preferred method, however CDs will be available upon w ritten request stating the solicitation number, or 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. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will mak e an offeror ineligible to download the solicitation and 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. Albert Rumph, Contract Specialis t, US Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York 10278-0090 Phone: 917-790-8078. Fax: 212-264-3013 or via email albert.c.rumph@usace.army.mil.
 
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
SN01508131-W 20080215/080213224800 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.