Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
DOCUMENT

Y -- Armament Integration Facility (Laboratory and Indoor Firing Range) at Picatinny Arsenal, Piacatinny, New Jersey, 07806-5000 - Amendment 3

Notice Date
8/8/2008
 
Notice Type
Amendment 3
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS08R0019
 
Response Due
8/14/2008 2:00:00 PM
 
Archive Date
10/7/2008
 
Point of Contact
Elizabeth A Stanley, Phone: 917-790-8172, Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
elizabeth.a.stanley@usace.army.mil, shaukat.m.syed@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a contract for Armament Integration Facility (Laboratory and Indoor Firing Range) at Picatinny Arsenal, Piacatinny, New Jersey, 07806-5000, in accordance with (IAW) FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) procedures. This effort is set-aside for Small Business Administration (SBA) Certified 8(a) Contractors IAW FAR 19.8. Competition will be restricted to 8 (a) firms certified within the New Jersey, New York and Pennsylvania District Offices. The solicitation number is W912DS-08-R-0019. This project is for the construction of a new Armament Integration Facility consisting of a new laboratory building (11,650 SF) and a 100-meter indoor firing range addition (8,300 SF) to the Armament Technology Facility complex to accommodate the expansion of the facility's weapons test & simulation center. The range is a reinforced concrete structure with complex heating and ventilation system, lighting, power, communications (copper and fiber) and membrane roofing attached to existing laboratory with incidental demolition and work in existing laboratory. The laboratory building which includes administrative space is a single-story steel framed, building constructed on a reinforced concrete foundation and floor slab, standing seam metal roofing, corrugated metal siding and CMU exterior and GWB finished interior, complete with plumbing, HVAC, lighting, power and communications (copper and fiber). Existing sight is partial paved and may require removal of VOC. Supporting facilities included in the work are utility connections, communications, parking, sidewalks, landscaping, erosion control, storm water management and site improvements and antiterrorism measures. This project is fully designed; complete plans and specifications will be issued with this RFP. Providing building commissioning and operations and maintenance manuals are contract requirements. This effort is set-aside for Small Business Administration (SBA) Certified 8(a) Contractors IAW FAR 19.8. Competition will be restricted to 8 (a) firms certified within the New Jersey, New York and Pennsylvania District Offices. Procurement will be based on the Lowest Price Technically Acceptable (LPTA) process. The completion period is 545 calendar days from Notice to Proceed (NTP). The applicable NAICs code is 236220. The Size Standard is $31,000,000.00. The estimated cost range is between $ 8,000,000 and $9, 500,000. The selected contractor must be able to obtain Performance and Payment Bonds and Insurance within 10 days after notice of award. BASIS FOR AWARD - Procurement will be best value, based on the lowest priced technically acceptable (LPTA) proposal. The successful Offeror must construct complete and usable facilities, as described 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 at 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 but will be reviewed for price reasonableness. Award will be made to the lowest price technically acceptable offer. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. The criteria for technical evaluation factors for this effort shall include: FACTOR 1: Contractor Past Experience. Under FACTOR 1, the offeror must be able to demonstrate past experience for similar projects by providing no less than 2 and no more than 5 examples of relevant projects not less than 75% complete. FACTOR 2: Contractor Past Performance will require the offeror to provide past performance questionnaires to past clients. FACTOR 3: Qualifications of the Offerors Team. FACTOR 4: Small Business Utilization. Detailed instruction will be included in the forthcoming RFP on/about 14 Jul 08. 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 afforded the opportunity to revise their proposal. The solicitation will be released on or about 14 July 2008. Proposals will be due on or about 11 August 2008, 1400 hours local time. Proposals are to be submitted to U.S. Army Corps of Engineers, Attn: Elizabeth A. Stanley, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall sole be at the discretion of the government; accordingly, the media utilized for this project shall be 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.fbo.gov. All vendors who want to access solicitation will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Business Opportunity (www.fbo.gov). The system called Federal Business Opportunity (www.fbo.gov) has been upgraded as a web-based dissemination toll designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business (www.fbo.gov) or the Army Single Face to Industry (ASFI) Acquisition Business Website (https://acquisition.army.mil/asfi). To keep informed of changes: Check www.fbo.gov frequently. Some contractor tools are as follows: 1. Register to receive Notification and 2. Subscribe to the Mailing List for 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 FedbizOps will direct vendors to Federal Business Opportunity 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 recommended 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 Federal Opportunity Website. Utilization of the Internet is the preferred method; however, CDs will be available upon written 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 checks or money order payable in the amount of $15.00 to USACE, NY, and mail in to Elizabeth A. Stanley, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York New York 10278-0090. 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 make 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. Elizabeth A. Stanley, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York New York 10278-0090. Phone: 917-790-8172. Fax: 212-264-3013 or via email Elizabeth.a.stanley@usace.army.mil. Or Shaukat Syed, 917-790-8176 or via email Shaukat.m.syed @ usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3019d695df9ae952cd261ee2467cf44d&tab=core&_cview=1)
 
Document(s)
Amendment 3
 
File Name: Amendment No. 3 (Amend 0003.pdf)
Link: https://www.fbo.gov//utils/view?id=0f95c50e9502f9460bf67347ebef795e
Bytes: 145.66 Kb
 
File Name: Amendment No.3 attachments (AIF Amendment 3 Attachments_.pdf)
Link: https://www.fbo.gov//utils/view?id=159922502a4228d461e4b0a0ecefdb60
Bytes: 324.59 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01635258-W 20080810/080808222518-3019d695df9ae952cd261ee2467cf44d (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.