Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

56 -- Guns and Weapons facility at Picatinny Arsendal

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-R-0009
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP) Firm Fixed Price (FFP) contract for a Guns and Weapons facility at Picatinny Arsenal, Picatinny New Jersey. The site work generally includes demolition of existing pavements and a concrete structure, clearing, earthwork excavation and fill, site grading, storm drainage and discharge stabilization, storm water management, sanitary system, domestic water service, a fire protection system, power and communication services, paving and parking area striping, sediment and erosion control, and area lighting. This range will include an outdoor gun location with anchors, a breech wall, a radar equipment shelter, a backdrop screen, a sand filled slug butt, a concrete vehicle access, equipment located in the Control Room building and a 820-foot fragmentation safety fence with a motion detection system provided by others. This project includes the construction of two single-story concrete rectangular buildings, two concrete slug butts, and a radar enclosure. The larger of the two buildings, Building 645 includes the Firing Bay, Conditioning Bay, Gun Shop, Gun Vault, Observation Room, and Mechanical/Electrical Room. This building measures approximately 86-7 by 37-0 and runs east to west on the site, allowing space for the truck loading area. The smaller building, Building 643 is a control structure that comprises the Control Room, Mechanical Room, IT Room, and a unisex toilet room. This building measures approximately 25-9 by 37-0 and faces the range. The SOLICITATION WILL BE POSTED ON OR ABOUT 29 MARCH 2010. This procurement is being solicited as an 8(a) competitive set aside. The applicable NAICS Code is 236220 Commercial and Institutional Building Constructions. The small business size is $33,500,000.00. The SIC Code is 1541 General Contractors- Industrial Building and Warehouses. The estimated cost is between $2,500,000.00 to $5,000,000.00. 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. All questions must be submitted in writing via email, fax, or mail to the POC. 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 www.ccr.gov, and Federal Business Opportunity (FedBizOps), located at http://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 http://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 (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 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 $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. POC: Nicholas Emanuel, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8069. Fax: 212-264-3013. E-mail: Nicholas.P.Emanuel@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-R-0009/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02121430-W 20100416/100414234755-cca459ea623fa1123cb77119ff5e40bc (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.