Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOLICITATION NOTICE

Y -- Design/Build contract of the hazardous material storage facility at Fort Drum, New York

Notice Date
6/20/2002
 
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-0022
 
Response Due
7/8/2002
 
Archive Date
8/7/2002
 
Point of Contact
Shaukat Syed, 264-6707
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(Shaukat.M.Syed@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP)'s to award one firm-fixed price contract for the design and construction of a hazardous material storage facility that includes packaged petroleum, oils and lubricants (POL) along with other materials classified under environmental rules as hazardous. Project includes office space; trunk dock; ramps and doors to permit use of forklifts and storage shed. Supporting facilities includes utilities; electric ser vice; heating, ventilation, air conditioning (HVAC) in administrative areas only; fire sprinklers with alarm reporting system, paving, walks, curbs and gutters; access roads; heat distribution; storm drainage; information systems; and site improvements. H eating will be provided by natural gas. Air conditioning is estimated a 5 tons. Access for the handicapped will be provided. Anti-Terrorism/Force Protection measures will include laminated glass and traffic control barriers. The Government will use a l owest price technically accepted selection approach for this selection. This contract is a design-build contract. The design-build process is the procurement of a facility utilizing a Request of Proposal (RFP) to solicit both the design and construction of the facility by a single contractual instrument. This solicitation is not a competitive open bid and there will not be a formal public bid opening. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Proposals will be evaluated on their tec hnical merits. Price proposals will be evaluated on price only. Technical factors are listed in order of decreasing importance; Factor 1 is more important than factor 2, which in turn is more important than factor 3 and so on. Within each factor, sub-fa ctors are of equal importance. The criteria for technical evaluation factors for this effort shall include: Factor 1 ? Recent Experience in Design and Construction, such as; (a) Design of similar Facilities- Past 5 year history of A/E in designing similar facilities (b) Construction of similar Facilities- Past 5 year history of Contractor in constructing similar facilities (c) Previous Experience as a design and construction team (d) Management Structure and individual team member experience; Factor 2 ? Pr oposed Engineering Systems: This factor rates the offeror?s approach to the facility, including type of construction, materials proposed, and the major building systems to be used; Factor 3 ? Past Performance, Design and Construction, such as; (a) Past per formance of A/E in the design of similar facilities: Provide, in detail, the past performance of the Offeror?s design team, including consultant firms it proposes to use provide the past performance narratives for the Team; (b) Past performance of Contrac tor in the construction of similar facilities; Factor 4 ? Contractors Submission Matching/Organized As Outline In RFP. This factor rates the contractors ability to follow the requirements of the RFP for submission of their proposal; Factor 5 ? Small Busine ss and Small Disadvantaged Business Sub-Contracting Efforts (No Page Limit, Submit in ? Volume II). Small Businesses are, however required to comply with this requirement to provide a subcontracting effort. A subcontracting plan will be required of the O fferor in line for award, if that Offeror is a large business. In determining the acceptability of the proposed plan, the Contracting Officer will evaluate all 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 Disadvantages business concerns and Women-Owned business concerns. In order to make this ev aluation, Large Firms are required to submit its past SF 294 (Subcontracting Report for Individual Contracts) and SF 295 (Summary Subcontract Reports) forms along with their offer. If the Offeror has no past Government experience, they shall submit a two( 2) page narrative on how Small and Small Disadvantaged Business? participation in this project shall be maximized. The requirement to submit a plan of action for the utilization of Small Businesses is require dof all offerors including Small Business Firms . However, Small Business firms are not required to submit the Standard Forms 294 and 295. In accordance with FAR 19.1202-3, the subcontracting plan/efforts will be evaluated for: (1) The extent to which such firms are specifically identified; (2) The pas t performance of Offerors in complying with subcontracting plan goals for SDB concerns and for achieving monetary targets for SDB participation; (3) The extent of commitment to use such firms; (4) The complexity and variety of the work small firms are to p erform; (5) The realism of the proposal. The proposals will be evaluated upon the analysis of the technical qualifications and Price. The evaluation process essentially consists of four parts: proposal compliance review, technical/quality evaluation, final proposal revision (if necessary), and price evaluation. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicitation. Sufficient detail should be provided citing specific data as may be requ ired, such that the proposal may be adequately evaluated. Upon acceptance of the offer, the Offeror is responsible for both the design and construction consistent with the requirements of the solicitation and the accepted proposal. OFFERORS ARE TO BE ADVI SED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. However, the Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the Offerors will be afforded the opportunity to revise their proposal. 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. A site visit will also be scheduled, for the offerors, prior to submittal of proposals, at which time offerors will be allowed to examine the site. The SOLICITATION specifies a specific format for submittal of the Proposal. A color rating system will be used to depict how well each Offeror meets the evaluation standards: Exceptional (Dark Blue) Performance meets contractual requirements and exceeds many to the Government?s benefit. Very Good (Purple) Performance meets contractual requirements and exceeds some to the Government?s benefit. Satisfactory (Green) Performance meets contractual requirements. Marginal (Yellow) Performance does meet contractual requirements. Unsatisfactory (Red) Performance does not meet most contractual requirements and recovery is not likely in a timely manner. No award will be made to an offeror receiving: (a) An unacceptable (red) rating in any evaluation factor. (b) An acceptable rating in factor#1 but having more than two marginal (yellow) ratings in any other factors. (c) A marginal (yellow) rating in factor #1. The applicable NAICS Code is 233310 with a small business size standard of $28.5 million. Estimated construction value is between $1,000,000.00 and $5,000,000.00. Completion date is approximately 730 calendar days from issuance of Notice to Proceed. Plan s and Specifications will be available on or about 05 July 2002. Plans and Specifications may be examined at the following locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, Army Corps of Engineers, Bldg. 4895, Nining er Street, Ft. Drum, New York 13602; Point of contact is Edward Sim at 315-772-4106. Proposals are due on or about 5 August 2002, 1600 hours local tim e. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Micr osoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilization o f the internet is the preferred method, however, CD's 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 (inc luding area codes). Make check or money order payable in the amount of $10.00 to USAED, New York. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be regi stered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible 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://ccr2000.com.
 
Place of Performance
Address: Fort Drum Fort Drum Watertown NY
Zip Code: 13602
Country: US
 
Record
SN00096992-W 20020622/020620213953 (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.