Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

Y -- Construction of the new Guns and Weapons (G&W) Systems Research Laboratories (Turrets) and warehouse support space.

Notice Date
6/26/2009
 
Notice Type
Presolicitation
 
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-0016
 
Response Due
8/13/2009
 
Archive Date
10/12/2009
 
Point of Contact
Shaukat Syed, 917-790-8176<br />
 
E-Mail Address
US Army Engineer District, New York
(shaukat.m.syed@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) Firm-Fixed Priced (FFP) contract for the construction of the new Guns and Weapons (G&W) Systems Research Laboratories (Turrets) and warehouse support space. These facilities will provide Defense Systems Engineering Laboratory High Bay space, Major & Medium Caliber Laboratory space, renovated Minor Caliber Laboratory and Machine Shop, renovated storage space, and Gun Mount foundations for the BRAC mission. Special features include security controlled lab and spaces that satisfy SIPRNET requirements, information systems, fire protection, and Anti-terrorism/Force Protection. The new facility will have conference rooms, laboratory spaces and mechanical rooms. Supporting Facilities include site work, paving, site improvements and utilities. The Solicitation will be posted ON OR ABOUT 13 July 2009. This procurement is being solicited as SMALL BUSINESS SET-ASIDE. The applicable NAICS CODE is 236220, Commercial and Institutional Building Construction. The small business size is $33,500,000.00. The SIC Code is 1629, Heavy Construction, not elsewhere classified. The estimated cost is $10 - $15 million. 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 Government's 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; lowest price will be the basis of award to the successful Offeror. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. Evaluation Criteria: The evaluation factors are as follows: Factor 1: Past Relative Experience, Factor 2: Past Performance, Factor 3: Qualifications of The Offerors Personnel. Factors 1, 2 and 3 are weighted equally. This is a lowest price technically acceptable procurement. 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. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at http://www.ccr.gov, and Federal Business Opportunity (FedBizOps), located at https://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website https://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (https://www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check https://www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts listed at e$550,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contacts: MAJ Sean Imbs, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8172. Fax: 212-264-3013. E-mail: Sean.P.Imbs@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-R-0016/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
SN01857964-W 20090628/090626235759-437cdffabef4bdca13423b24455cdcb3 (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.