Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
SOLICITATION NOTICE

Y -- DESIGN/BUILD OF AIT FREIGHT TERMINAL/BASE SUPPLY, MCSAGUIRE AIR FORCE BASE, NEW JERSEY

Notice Date
6/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACA51-02-R-0020
 
Response Due
8/9/2002
 
Archive Date
9/8/2002
 
Point of Contact
gerald gilliard, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(gerald.gilliard@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The New York District is seeking to secure a firm fixed-price contract for the design/build of a new Air Freight Terminal/Base Supply Storage Facility, at McGuire AFB, New Jersey. The Government reserves the right to limit the competitive range to the hig hest rated technical proposals. Additionally, the Government reserves the right to enter into discussions necessary, and if discussions are conducted the offerors will be afforded the opportunity to revise their proposal or the Government may award without discussions. This is a design-build project for the design and construction of a modern complex to house a new Air Freight Terminal (AFT) of approximately 5,780 SM and adjoining new Airfield Support (Base Supply) Facility (BS) of approximately 5,226 SM. The AFT facili ty will be designed and constructed for the safe and orderly movement of palletized cargo and the Base Supply will be built to house high-density storage systems (NIC) for storage of equipment and parts necessary to support the aircraft based at McGuire AF B. Both facilities contain administrative offices, shops, and special storage areas and/or vaults, as well as other special features. The project work includes supporting utilities and systems, such as, domestic water supply, sanitary sewers, fire protec tion and detection systems, site improvements, parking areas, pavements, and communications. The new complex will have a reinforced concrete foundation and floor slabs, structural steel high-bay framing, brick exterior and metal facade, and a sloped standi ng seam metal roof. The existing AFT facility, Bldg 1702, its foundation and appurtenances (building: approx. 98,500 SF, concrete dock/ramps: approx. 29,000 SF, and mechanized material handling system: approx. 13,300 SF) will be raised in its entirety and the new complex constructed on its site. The work also involves renovation of approximate 284 SM space in the McGuire AFB Passenger Terminal (Bldg 1706) for a new In-flight Kitchen and the renovation of building 1819 (a building of approximately 1,200 SM ) for use as administration, training and arms storage. The Government will use a best value procurement method for this source selection. The successful offeror must have submitted a clear and concisely written proposal that gives the Government the greatest confidence in the offerors ability to meet the Gove rnment?s requirements in an affordable manner. Offerors must demonstrate a thorough understanding of project requirements and a commitment to excellence in all aspects of project execution. This source selection may result in award being made to higher rat ed, higher priced offeror where the decision is consistent with the evaluation factors and where it is determined by the Source Selection Authority that the technical superiority and/or overall business management approach, and/or demonstrated past perform ance record of the higher priced offeror outweighs the benefits of any price difference. The Source Selection Authority, using sound business judgment, will base the source selection decision on an integrated assessment of the proposals submitted in respon se to this solicitation in accordance with the evaluation factors established within the solicitation. The Solicitation specifies a specific format for the submittal of the Proposal. This format is outlined as follows: All responding Offerors will be evalu ated based on the following Evaluation Factors. Volume 1- TECHNICAL EVALUATION CRITERIA. The criteria for the technical evaluation factors include: FACTOR 1. Specialized Experience in Similar Related Work FACTOR 2. Past Performance FACTOR 3. Technical Approach FACTOR 4. Management Plan FACTOR 5. Proposed Schedule Volume 2- SMALL BUSINESS SUBCONTRACTING EFFORT. The subcontracting plan/efforts will be evaluated for: 1. The extent to which such firms are specifically identified. 2. The past performance of Offerors in complying with subcontracting plan goals for SDB concerns and for achieving monetary targets for SBD participation. 3. The extent of commitment to use such firms 4. The complexity and variety of the work small firms are to perform. 5. The realism of the proposal. Volume 3- Pricing Proposal. Criteria for these evaluation factors includes the Price Offer. RATING GUIDELINES- The Source Selection Evaluation Board will color applicable evaluation of both the major technical factors and the technical sub-factors as follows: Green-Acceptable Yellow-Marginal Red-Unacceptable The SIC code for this acquisition is 1541, NAICS CODE 23332. This acquisition is UNRESTRICTED. The small business size standard is no more than 27.5 million in gross revenues per year as averaged over the last three years. If a large business intends to su bmit a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Estimated value of the entire project is more than $10,000,000. Completion date is approximately two years from the issuance of the Notice To Proceed. F irms interested in proposing on this project are requested to affirm their interest by submission of a letter of interest to the following address: New York District U.S. Army Corps of Engineers, 26 Federal plaza, Room 1843, New York, New York 10278, Attn. Mr. Gerald Gilliard. Parties requesting the CD documents must do so in writing, stating the solicitation number, project name. Complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area c odes). A site visit and pre-proposal conference will be conducted approximately two weeks after the release date of the solicitation. Location and contact points will be included in the solicitation. The Government will use the Lowest Price Technically Acc eptable Proposal approach to this acquisition. Therefore, the Government, at its discretion, may award a contract on the basis of initial offers received, without discussions. Initial proposals should contain the Offeror?s best concept and innovative appro ach from a technical and pricing viewpoint. Although the Government has determined architectural and site solutions and offerors must meet these and all other solicitation requirements, it has left the final solution for the foundations, structural, electr ical, telecommunications and mechanical systems to the designer. The Government is seeking any innovative ideas to achieve the design-build objectives within the limits of the solicitation. The offerors may use construction techniques, methods, or systems which they feel are the best approach for designing and building the facility. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Interested parties may download and print the solicitation, at no charge, at http://nan.usace.army.mil.(Contracting Opportunities). Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486 based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidde rs are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to ?FAO, USAED, NY?. Solicitation documents will be available on or about 05 July 2002. Proposal Closing Date will be 35 calendar days following solicitation availabl e date, on or around 09 August 2002 at 2:00 P.M. Proposals must be delivered or mailed to: USACE, Contracting Division Room 1843, 26 Federal Plaza, New York 10278-0090. Plans and specifications (hard copy) may be examined at the following locations: Brown?s Le tters, 1167 McBride Ave., West Paterson, N.J. 07424, F.W. Dodge, 148 Princeton Hightstown Road, Hightstown, N.J. 08520; McGuire AFB Resident Office, Resident Engineer, U.S. Army Engineer District, New York, 2404 Tuskegee Airmen Avenue, McGuire AFB, NJ 08641. Telephone (609) 724-8141 or USAED-NY Area Engineer, 1 Main Street, Suite 403, Eatontown, NJ 07724, Telephone 732-389-3040. A formal site visit and pre-proposal conference will be conducted approximately two weeks after the release date of the solicitation. Location and contact points will be included in the solicitation. The Government will use the Lowest Price Technically Acceptable Proposal approach to this acquisition. Therefore, the Government, at its discretion, may awa rd a contract on the basis of initial offers received, without discussions. Initial proposals should contain the Offeror?s best concept and innovative approach from a technical and pricing viewpoint. Although the Government has determined architectural and site solutions and offerors must meet these and all other solicitation requirements, it has left the final solution for the foundations, structural, electrical, telecommunications and mechanical systems to the designer. The Government is seeking any innovative ideas to achieve the design-build objectives within the limits of the solicitation. The offerors may use construction techniques, methods, or systems which they feel are the best approach fordesigning and building the facility. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR ). Effective 1 June 98 contractors must have registered in the CCR database. Lack of registration in the CCR may make an offeror ineligible for award. Offerors must affirm, prior to award of the contract, that it is registered. If not already registered, o n-line instructions and registration are available by visiting the website at http://ccr.edi.disa.mil. The Corps of Engineers (COE) is responsible for effectively implementing the small business programs within its activities, including achieving program g oals, and ensuring that contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, and Women-owned small business program requirements, and taking all reasonable actions to increase participation in its small business activities. In line with the emphasis on this program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small business concerns, Small Disadvantaged business concerns and Women-owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. In addition to locating simply small business sources, you are encouraged to take action to locate competent Small Disadvantaged and Women-owne d small business concerns for your subcontracting opportunities in preparing your offer. You are further urged to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minorit y Enterprise Development (MED) staff to obtain SBA?s certified listing of socially and economically disadvantaged business concerns in the vicinity in which the work is to be performed. Therefore, the following instructions and provisions apply to this sol icitation: The successful offeror, if a large business, must submit a subcontracting plan within five (5) working days of notification of selection. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from SBA) that the o fferor?s subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged and Women-owned Small Business concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan the Co ntracting Officer will evaluate all relevant factors inclusive of an offeror?s past performance with respect to the offeror?s having awarded subcontracts for the same or similar products or services to Small, Small Disadvantaged and Women-owned small busin ess concerns. In order to make this evaluation, the offeror is required to submit its past SF 294 (Subcontracting Report For Individual Contracts) and SF 295 (Summary Subcontract Report) forms along with its offer. Subcontracting plans will be evaluated t o ensure compliance with solicitation requirements and the public law. PRIOR to award, the successful offeror will be required to discuss its subcontracting plan with the Small And Disadvantaged Business Utilization Specialist (the ?SADBUS?), the Contract ing Officer, the Source Selection Authority and the SBA. FAR 19.706, Responsibilities Of The Cognizant Administrative Contracting Officer, at subsection (b) states that ?If the contractor does not comply in good faith with the subcontracting plan, the adm inistrative contracting officer shall, upon contract completion, make appropriate recommendations that contracting officers may use for future contracts.? Therefore, a determination by the contracting officer, during or after completion of the project, th at the contractor did not implement its plan in good faith may result in adverse recommendations with regard to the contractor?s future contract opportunities. In addition, FAR 52.219-16, Liquidated Damages - Subcontracting Plan, failure to fully implemen t the plan during the life of the project may result in the assessment of liquidated damages. Direct contracting questions to the Contract Specialist, point of contact for this acquisition is Mr. Gerald Gilliard, telephone (212) 264-0154, or facsimile (212) 264-3013 and technical questions to the technical point of contact for this acquisition who is Mr. Robert Philbrick, telephone (212) 264-9102, or facsimile (212) 264-6494.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00095468-W 20020620/020618214059 (fbodaily.com)
 
Source
FedBizOpps.gov 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.