Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
MODIFICATION

Y -- SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONSTRUCTION (MATOC) CONTRACT FOR THE NORTHEAST REGION - Amendment 1

Notice Date
5/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial 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-0012
 
Response Due
6/10/2009 11:59:00 PM
 
Archive Date
8/9/2009
 
Point of Contact
Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
shaukat.m.syed@usace.army.mil
(shaukat.m.syed@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Amendment No. 1 The New York District Army Corps of Engineers intends to award a Small Business Multiple Award Task Order Construction (MATOC) Contract for the Northeast Region. The Solicitation number for this project is W912DS-09-R-0012 Description of Work: A Northeast Region Multiple Award Task Order Construction (MATOC) contract for design build construction projects located in the following states: Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Pennsylvania, Delaware, Maryland, West Virginia and Virginia. The primary focus of the work will be, but not limited to the following locations: Ft Drum/Watertown NY; West Point, NY; the greater New York City area; Picatinny Arsenal, NJ; and Ft Lee, VA. The types of construction include, design/build, adapt/build, renovations and general construction of the following types of facilities: Child Development Centers, Fitness Facilities, Warehouse, Administrative Office Buildings, Maintenance/Motor Pools, Medical Clinics, Weapons Research/Testing Facilities, Reserve Centers, Bridges, Roads, Chapels, Fire Stations utility infrastructure and other similar facility types. Development of the facilities includes Force Protection measures, communication, fire protection systems, electrical systems, HVAC and mechanical systems, landscaping/site work: consisting of access roads, parking, sidewalks, access drives, and all supporting utilities. The MATOC has a total estimated capacity of $400,000,000.00 over five years. The task orders in this contract may range from $500,000 to $25,000,000. The Contracting Officer will award up to four firm fixed price Indefinite Delivery Indefinite Quantity Contracts to the responsible Offerers as part of a best value trade off selection where technical is more important than price. Evaluation Criteria: The submission requirements are based on the following evaluation criteria and it is highly recommended that all offerors view the complete proposal submission and evaluation requirements. A summary of the evaluation factors are as follows: Factor 1: Performance Capability, (2nd Most Important Factor, slightly less important than Factor 1). Vol. 1 Tab A: Proposal Data Sheet not rated. The Offeror shall submit the completed proposal data sheet and Joint Venture Agreement (if applicable). Vol 1 Tab B: Organizational and Technical Approach, not separately rated. The Offeror identify its organization describing the team members, their resources, how their resources will be utilized, and their roles and responsibilities. Include a general description of the work the Offeror will self-perform to be compliant with the requirements of the Special Contract Requirement. Provide a Technical Approach for Design-Build describing the technical approach to design and build this facility type. Include information on fast-tracking design and construction. The Government is looking for ways the design-builder will streamline design and construction, manage labor and other resource constraints in an effort to reduce costs and achieve an aggressive schedule. Provide a Collaborative Approach for Design-Build describing interactions within the team and with the Corps of Engineers during the design phase. Discuss how the configuration management system will track and control design evolution and changes during design for quality control and to facilitate quicker Government reviews. Describe the role of the construction team members during design. Describe the type of Building Information Modeling (BIM) to be used. Planning and Scheduling shall provide information on your teams project scheduling capabilities for design and construction. Quality Control shall provide information on your teams capabilities to assure quality control. Describe your quality control approach, corporate systems, and capabilities to maintain quality control of the design and construction. Vol 1 Tab C: Proposed Task Order Duration and Summary Schedule, not separately rated. The Offeror shall propose the task order duration including a summary level schedule for integrated design and construction. Provide a narrative, describing the design packaging plan for separate design packages, based on the Offerors plan for fast tracking. Offeror must demonstrate the capability and flexibility to plan and schedule the complete project to meet the proposed contract completion period. Vol 1 Tab D: Specialized Experience, not separately rated. The Offeror shall demonstrate recent, relevant experience on similar projects, the Offerors construction and design entities must use the Construction Specialized Experience form (Attachment 2), and Designer Specialized Experience Form (Attachment 3) or cover the information contained therein. Projects will be considered similar to this procurement if they are similar in complexity, in type, scope, or magnitude. Construction of administrative space, maintenance facilities, dorm, fire station, pre-school, child development centers, chapels, health/vet clinics or their equivalent or similar commercial institution. Work is primarily new construction. Typical project size should range in square footage from 2,000 ) to 175,000 SF. Construction value from $500000 to $25,000,000.00. Vol 1 Tab E: Past Performance, rated for risk. The Government will perform a risk assessment with respect to Past Performance. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. The Offeror shall provide a list of present commitments, including the dollar value thereof, the percentage of work completed and the name of the organization under which the work is being performed. Factor 2: Design Technical (Most Important Factor). Vol 2 Tab A: Building Functional, Aesthetics and Space, not separately rated. The Offeror shall submit presentation drawings including exterior elevations, a rendering, typical building or wall section, and schematic floor plans. Submit a color board including primary interior and exterior finish materials. The Offeror shall submit technical approach narratives defining the elements of the proposal including minimum Space and Facility Size describing the space provided for each facility, in accordance with Section 01 10 00, Statement of Work. Also describe the architectural themes of the various facilities and spaces which demonstrate how the proposal achieves the results desired by the Statement of Work. Vol 2 Tab B: Quality of Building Systems and Materials, not separately rated. The Offeror shall provide a technical approach narrative describing features of the Architectural, mechanical, plumbing, electrical, anti-terrorism and force protection features and describe how systems integrated into the new facilities which require connection and interface with existing installation-wide systems will be accommodated in the proposed project. Vol 2 Tab C: Site Design, not separately rated. The Offeror shall submit conceptual Site Plans showing improvements for grading, drainage, power, utilities, buildings, paving, walks, site lighting, and landscaping. Indicate all building setbacks and separations, which must meet antiterrorism design requirements. Also include facility placement and orientation, vehicular circulation, pedestrian circulation, and other site improvements. Provide technical approach narrative, both qualitative and quantitative, defining the elements of the proposal. Preface the narratives with a design concepts narrative, providing the design rationale and basis of the proposal. Vol 2 Tab D: Sustainability, not separately rated. The Offeror shall submit LEED Project Checklist for each non-exempt facility demonstrating how it will achieve the Silver LEED rating. Factor 3: Price (3rd Most Important Factor.) The Offeror shall submit a separate Volume 3, Tab A, Price for each Task Order identified in the RFP. Submit the properly filled out and executed SF 1442, along with the Task Order CLIN Schedule, containing proposed line item and total pricing, as well as the proposed task order duration. See instructions in section 00 21 00, Instructions to Offerors. Vol 3 Tab B: Bid Guarantee, not rated. Submit the Bid Bond in accordance with the Instructions in Section 00 21 00, Provision 52.228-1 Bid Guarantee. Vol 3 Tab B: Evidence of Bondability, not rated. Provide name, address and telephone number of firms bonding company. Provide information showing offerors bondability for this project. This procurement is Set Aside for Hubzone. The North American Industry Classification system (NAICS) Code is 236210, Industrial Building Construction. The Business size standard is $33,500,000. The Solicitation will be released on or about 12 May 2009. 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 Shaukat Syed, Lead Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8176; Fax: 212-264-3013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-R-0012/listing.html)
 
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
SN01820715-W 20090520/090518234444-629f50d05c89a60d946d8810de9c4095 (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.