Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

Y -- RELOCATION OF THE UNITED STATES MILITARY ACADEMY PREPARATORY SCHOOL, UNITED STATES MILITARY ACADEMY, WEST POINT NEW YORK - Solicitation 1

Notice Date
2/27/2009
 
Notice Type
Modification/Amendment
 
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
W912DS-09-R-0004
 
Response Due
3/30/2009 2:00:00 PM
 
Archive Date
6/15/2009
 
Point of Contact
Loretta E Parris, Phone: 917-790-8182
 
E-Mail Address
loretta.e.parris@nan02.usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Specifications Drawings #2 Drawings #1 Solicitation The New York District Army Corps of Engineers intends to award a contract to construct the new campus of the United States Military Academy Preparatory School (USMAPS), United States Military Academy, West Point, New York, in accordance with (IAW) FAR 15.101-1, Best Value Trade Offs procedures. The solicitation number for this project is W912DS-09-R-0004. This is a design-build project to construct a new campus for the United States Military Academy Preparatory School (USMAPS) including all associated site work and supporting facilities. The project includes the design and construction of academic and administrative space, dining facility, student barracks, athletic facilities, athletic fields, and parking areas, as well as, the closure of the existing MSW landfill in accordance with NYSDEC regulations. Supporting facilities include mechanical, electrical service, exterior lighting, fire protection and alarm systems, anti-terrorism (AT) measures (laminate glass, rated exterior doors, vehicular site restrictive features, and setbacks), telecommunications and building information systems, water storage tank, surface parking areas, exterior building signage and site improvements. Access for individuals with disabilities will be provided. Demolition of six (6) existing buildings (73,224 Total SF) will be required. Itemized List of Facilities Cadet Candidate Barracks Athletic Facility Dining Facility Administrative, Academic & Auditorium Facility Indoor Athletic Facility Organizational Parking NCAA Football Field NCAA Soccer Field & Running Track NCAA Lacrosse Athletic Field Elevated Water Storage Tank The Contractor shall be required to commence work under this contract within ten (10) calendar days after the date the Contractor receives the notice to proceed. The Contractor shall be required to complete the entire work ready for use not later than 605 calendar days after the date the Contractor receives the notice to proceed. Estimated Construction Cost Range: $95,000,000 - $115,000,000 This is an unrestricted procurement with HUB Zone Price Evaluation Preference The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The business size standard is $33,500,000. BASIS FOR AWARD - The procurement is for relocation of the United States Military Academy Preparatory School (USMAPS) including all associated site work and supporting facilities, by means of a firm fixed-price contract. The contract will be awarded using the Trade Off evaluation method in accordance with Federal Acquisition Regulation (FAR 15.101-1). The Government will evaluate the proposals in accordance with the criteria described herein, and award a firm fixed price contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, with price more important than technical. The successful Offeror must design and 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 Government's requirements. Offerors shall specifically address each of the following evaluation factors. The criteria for technical evaluation factors for this effort shall include: FACTOR 1: Quality of Building Systems and Materials. FACTOR 2: Contractor Past Experience. FACTOR 3: Contractor Past Performance. FACTOR 4: Qualifications of the Offerors Team. FACTOR 5: Small Business Utilization. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 70.0%, Small Disadvantaged Business 6.2%, HUB zone Small Business 9.8%, Women-Owned Small Business 7.0%, Veteran-Owned Small Business 3.0%, Service-Disabled Veteran Owned Small Business 0.9%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal can not be met. You may contact the District, Deputy Small Business advocate or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Hub zone Small Business and Small Disadvantaged and Women-Owned Small Business program concerns to participate in contract performance. 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 02 March 2009. Proposals will be due on or about 16 April 2009, 1400 hours local 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. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov). Business opportunities can be located on Federal Business Opportunities (https://www.fbo.gov). 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. NOTICE: The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. Both the contractor and government personnel are responsible for inputting PPI data. Performance evaluations prepared in CPARS are transmitted to the Past Performance Information Retrieval System (PPIRS). For specific details and guidance in use of the system, contractor is directed to https://www.nwp.usace.army.mil/ct/I/home.asp. This links the contractor to the Portland District Contractor Appraisal Information Center (CAIC). CAIC is the primary center to assist both the contractor and government personnel in using the system. Construction Performance Evaluation will be prepared in the Construction Contractor Appraisal Support System (CCASS) sub module of the CPARS. The link to Construction Contractor Appraisal Support System (CCASS) is http://cpars.navy.mil/ccassmain.htm (Used to document contractor performance on Construction contracts.) The Point of Contact is Loretta Parris, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8182; Fax: 212-264-3013. Contracting Office Address: Attn: CENAN-CT 26 Federal Plaza New York, New York 10278-0090 Place of Performance: West Point, New York United States Primary Point of Contact: Loretta Parris, Lead Contract Specialist Phone: 917-790-8182 Fax: 212-264-3131 Loretta.E.Parris@usace.army.mil Secondary Point of Contact: Shaukat Syed, Contract Specialist Shaukat.M.Syed@usace.army.mil Phone: 917-790-8716 Fax: 212-264-3131
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15db976d2b0d7b07281bc0fc97d1001b&tab=core&_cview=1)
 
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
SN01758544-W 20090301/090227215614-15db976d2b0d7b07281bc0fc97d1001b (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.