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 FOR CRIMINAL INVESTIGATION COMMAND 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-0018
 
Response Due
7/5/2002
 
Archive Date
8/4/2002
 
Point of Contact
Myrlande Lee, 212-264-4863
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(myrlande.lee@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
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/build of a Criminal Investigation Command (CIDC) facility that includes an intrusion detection syste m (IDS). Connect to an energy monitoring and control system (EMCS), Fort Drum, New York. The Government reserves the right to limit the competitive range to the highest rated technical proposals. The design-build process is the procurement of a facility u tilizing a Request of Proposal (RFP) to solicit both the design and construction of the facility by a single contractual instrument. This procurement shall be RESTRICTED to SBA Certified HubZone set-aside firms that are serviced under the New York SBA geog raphic coverage area only. YOU MUST BE HUBZONE CERTIFIED BEFORE SUBMITTING A PROPOSAL. ALL PROSPECTIVE BIDDERS WHO ARE CERTIFIED HUBZONE FIRMS IN THE SPECIFIED GEOGRAPHIC COVERAGE AREA, WHO WILL SUBMIT A PROPOSAL FOR THIS EFFORT ARE REQUESTED TO PROVIDE A LETTER TO THE NY DISTRICT CONTRACTING OFFICE - 26 FEDERAL PLAZA, NEW YORK, NY 10278-0090, ATTN: MYRLANDE LEE, ON THEIR COMPANY'S LETTERHEAD INDICATING THEIR FIRM'S INTENT TO PROPOSE FOR THIS EFFORT WITHIN 12 DAYS OF THIS ANNOUNCEMENT. THIS EXERCISE IS TO DETERMINE IF AN AMPLE SUPPLY OF QUALIFIED HUBZONE FIRMS IS AVAILABLE FOR THIS EFFORT. IF THE DETERMINATION IS SUCH THAT AN AMPLE SUPPLY OF FIRMS IS NOT AVAILABLE, THIS EFFORT SHALL BE OPENED AND CONVERTED TO AN UNRESTRICTED EFFORT. The process for this award shall be in accordance with FAR Part 19-1305 HubZone Set-Aside Procedures. 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 requir ements of acceptability shall be set forth in the solicitation. 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 techni cal 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. Evaluation factors for this e ffort 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 c onstructing similar facilities (c) Previous Experience as a design and construction team (d) Management Structure and individual team member experience; Factor 2 ? Proposed Engineering Systems: This factor rates the offeror?s approach to the facility, incl uding type of construction, materials proposed, and the major building systems to be used; Factor 3 ? Past Performance, Design and Construction, such as; (a) Past performance of A/E in the design of similar facilities: Provide, in detail, the past perform ance of the Offeror?s design team, including consultant firms it proposes to use; Factor 4 ? Contractors Submission Matching/Organized As Outline In RFP. The evaluation process essentially consists of four parts: proposal compliance review, technical/quali ty 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 required, 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. OFF ERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. However, the Government also reserves th e 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 s pecific 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. Estimated construction value is between $1,000,000.00 and $5,000,000.00. Completion date is approximately 365 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 05 July 2002. Plans and Specifications m ay 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, Nininger Street, Ft. Drum, New York 13602; Point of contact is Edward Sim at 315-772-4106. Propos als are due on or about 5 August 2002, 1600 hours local time. 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). Minimu m System Requirements are 486-based personal computer, Microsoft 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 add enda that may be issued to this solicitation. Utilization of 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 (including 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) applie s to this procurement. Prospective contractors must be registered 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 confi rmation requirements may be obtained by calling 1-888 -227-2423 or via the Internet at http://ccr2000.com.
 
Place of Performance
Address: FORT DRUM FT. DRUM WATERTOWN NY
Zip Code: 13602
Country: US
 
Record
SN00096993-W 20020622/020620213954 (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.