Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
MODIFICATION

Y -- Design Build for the Roof Replacement of the Samuel S. Stratton VA Medical Center in Albany, New York - Amendment 3

Notice Date
3/24/2011
 
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-11-R-0002
 
Response Due
12/8/2010
 
Archive Date
2/6/2011
 
Point of Contact
Sean P. Imbs, Phone: 9177908172, Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
Sean.P.Imbs@usace.army.mil, matthew.lubiak@usace.army.mil
(Sean.P.Imbs@usace.army.mil, matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 0003 - Final Revised Proposal submissions NOTICE: ONLY THOSE OFFERORS WHO SUBMITTED PROPOSALS, WHICH WERE ON TIME, ON 15 DECEMBER 2010 ARE ELIGIBLE TO SUBMIT FINAL REVISED PROPOSALS. The New York District Army Corps of Engineers intends to award a firm fixed price contract for the roof removal and replacement of the Samuel S. Stratton, Department of Veterans Affairs Medical Center in Albany, NY in accordance with (IAW) FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) procedures. The solicitation number for this project is W912DS-11-R-0002. This is a DESIGN-BUILD project to remove and replace the existing roof systems at the nine (9) designated roof areas. Additionally, this project will remove and replace the existing metal flashing and cant strips on roof over the kitchen (#51) of the Samuel S. Stratton, Department of Veterans Affairs Medical Center, located in Albany, New York. The total approximate Square Feet of roofing to replace is 24,440 Sq. Ft. as per as built drawings. Four of the roofs (over the mechanical equipment areas at the end of each wing on floor 11) are similar. Provide light color roofs to complement the exterior facade. The Contractor shall be required to commence work under this contract within five (5) 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 210 calendar days after the date the Contractor receives the notice to proceed. Estimated Construction Cost Range: $ 500,000 - $1,000,000 This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code is 236220, Construction. The business size standard is $33,500,000. BASIS FOR AWARD - Procurement will be best value, based on the lowest priced technically acceptable (LPTA) proposal. 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 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; award will be made to the lowest priced technically acceptable offeror. The technical evaluation factors that will determine technical acceptability: FACTOR 1: Contractor Past Experience. FACTOR 2: Contractor Past Performance. FACTOR 3: Qualifications of the Offerors Team. To be considered acceptable, Offerors shall specifically address each of the evaluation factors 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 15 Nov 2010. Proposals will be due on or about 15 Dec 2010, 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. 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 MAJOR Sean Imbs, Contract Specialist, U.S. Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8172; Fax: 212-264-3013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-R-0002/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02408516-W 20110326/110324234533-43c56eebaa4a04b99e4ad82237c99702 (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.