Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

Y -- FY16 DODEA PN AM0033 Replace Elementary School

Notice Date
7/14/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-R-0010
 
Point of Contact
Rippert P. Roberts, , ,
 
E-Mail Address
Rippert.P.Roberts@usace.army.mil, NYDCONTRACTING@usace.army.mil
(Rippert.P.Roberts@usace.army.mil, NYDCONTRACTING@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a request for proposal (RFP) for the construction of a new 95,000 SF, two story elementary school at West Point, NY that will serve approximately 500 children from Pre-K to 4th Grade. The elementary school will be a multi-story building with drilled pier, shallow spread footing, or other appropriate foundation, structural steel frame or other superstructure that supports a clear span reconfigurable facility, reinforced masonry or reinforced concrete and/or metal stud curtain wall with brick or other durable veneer metal, and a combination of curtain wall/punched window glazing systems. Interior construction will consist of some combination of masonry and gypsum wall systems, and operable/movable partition walls. Interior spaces include learning neighborhoods, studios, learning hubs, staff collaboration areas, computing center, art room, music suite, occupational therapy/ physical therapy (OT/PT), a commons area, multi-purpose space, information center, food service, administrative offices, guidance counseling center, a special education office, health services area, maintenance support, central storage area, technology service center, a tie-in to an existing gymnasium (Building 705C), and other required areas for a fully functioning elementary school. The project includes site improvements such as removing large quantities of rock, heavy grading, signage, fencing, paving, landscaping, covered walkways, exterior lighting, utilities, and playground area. Cafeteria, food service and information center areas were sized for the future elementary school population. The project includes related infrastructure such as gas, water, sewer, electrical, staff and visitor parking areas, student drop off lane, mechanical rooms, emergency access lanes, bus loading/unloading areas, and delivery areas. The project will require demolition of 3 buildings for a total of approximately 63,749 SF. The project involved multiple phases because the existing elementary school must remain operational while the new elementary school is constructed. A temporary parking solution is required while the existing school, parking, and existing bus loop are being demolished to clear footprint for new parking and student drop-off areas that meet AT/FP requirements. The North American Industry Classification System (NAICS) code is 236220. In accordance with FAR 36.204 and DFAR 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. The anticipated period of performance for this acquisition is 1,095 calendar days from the date the contractor receives the Notice to Proceed (NTP). This is an unrestricted solicitation.   The acquisition process that will be used is a Single Phase, Lowest Priced Technically Acceptable (LPTA) procurement. Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulations (FAR), conforms to the solicitation requirements and; whose proposal is technically acceptable (judged by an assessment of the technical evaluation criteria) with the lowest evaluated price. Offerors will be evaluated based on technical factors, including Factor 1 Past Experience, Factor 2 Past Performance, and Factor 3 Key Personnel. Based on the evaluation of the proposals, acceptable proposals will be selected to be included in price evaluation. The price evaluation will determine the awardee among those offerors receiving an acceptable technical evaluation. Award will be made to the offeror providing the lowest priced technical acceptable proposal. Detailed information regarding the selection criteria and requirements for this procurement will be provided in the solicitation on or about 29 July 2016. 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 System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ 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) 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 Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at: https://www.cpars.gov/index.htm. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Rippert P. Roberts III, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: rippert.p.roberts@usace.army.mil or NYDCONTRACTING@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-R-0010/listing.html)
 
Place of Performance
Address: 26 Federal Plaza, New York, New York, 10278-0090, United States
Zip Code: 10278-0090
 
Record
SN04182220-W 20160716/160714234441-b82001bd8f5eb5fec75b4c2edebf5d4b (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.