Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

Y -- Operational Readiness Training Complex (ORTC) Fort Drum New York. - Solicitation 1

Notice Date
6/14/2011
 
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
W912DS11R0010
 
Archive Date
5/12/2012
 
Point of Contact
Shaukat M Syed, Phone: 917-790-8176, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
shaukat.m.syed@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(shaukat.m.syed@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation, Plans and Specifications The US Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) for the Operational Readiness Training Complex (ORTC). This project is located at Fort Drum, New York and is to design and construct an Operational Readiness Training Complex (ORTC). The complex will consist of transient training barracks, one Battalion Headquarters, a fenced hardstand for tactical equipment, a vehicle maintenance shop, a dining facility, unaccompanied officers quarters, and a storage shed. Supporting facilities include electric service; water, sewer, and gas; steam and/or chilled water distribution; paving, parking, walks, storm drainage; site improvement; information systems; and antiterrorism measures. Extend existing utility services to the site and facilities. Provide connection to Energy Monitoring and Control Systems (EMCS), building information systems, and installation of Intrusion Detection Systems (IDS). Special foundations are required. Antiterrorism/force protection (AT/FP) will be provided as required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be included. Comprehensive building and furnishings related interior design services are required. Access for persons with disabilities will be provided. Air Conditioning will also be included (Estimated 678 Tons). This Design-Build solicitation is subject to FAR Part 15 RFP and is UNRESTRICTED and open to all prospective offerors. All proposals must be received on time to be considered. The proposals will be evaluated based as Best Value - Tradeoff IAW FAR15.101. Hubzone price preference will be utilized IAW 52.219-4. The applicable NAICS Code is 236220 and the small business standard size is $33.5 million. The contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed. The contract duration is 540 days from NTP. The estimated range for this project is $25,000,000.00 to $50,000,000.00. Plans and specifications for the subject project will be available on or about 14 June 2011. Proposals are due on or about 14 July 2011 at 2:00 P.M. in Room 1843 at 26 Federal Plaza, New York, N.Y. 10278-0090. 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. Paper copies of this solicitation and amendments, if any, will not be available or issued. 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 (FedBizOpps), 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). 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 greater than or equal to $650,000 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 Contact is Nicholas Emanuel, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8069 Fax: (212) 264-3013 Email: Nicholas.P.Emanuel@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS11R0010/listing.html)
 
Record
SN02471979-W 20110616/110614234643-6c759208995c6fb82766135ac3526efc (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.