SOLICITATION NOTICE
Y -- Aviation Facility I, Fort Drum, New York
- Notice Date
- 4/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-05-R-0033
- Response Due
- 5/19/2005
- Archive Date
- 7/18/2005
- Small Business Set-Aside
- N/A
- Description
- This proposed procurement is UNRESTRICTED, full and open competition to all business concerns and is issued pursuant to the Small Business Competitiveness Demonstration Program, with price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4. Associated NAICS code is 236220 with a size standard of $28,500,000.00. Aviation Facilities I, Fort Drum, New York is being advertised as a Request for Proposal (RFP). This request for proposal requires separate tech nical and cost proposals to be evaluated based on Technically Acceptable Lowest Price for award of the project. The intent of the Government is to award a firm-fixed price contract for the design and construction (design-build) of the new Aviation Facilit ies I, at Ft. Drum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. The design and technical criteria contained and cited in RFP establish minimum standards for design and construction quality. The estimated price range is $25,000,000-40,000,000 and a bid bond is required with submittal of the RFP. The performance period is anticipated to be 365 calendar days from NTP. All firms including small businesses are encouraged to JOINT VENTURE if nece ssary. The scope of work for the RFP includes the design and construction of two aircraft hangars to house Chinook, and Blackhawk helicopters, a Vehicle Maintenance Facility, and 5 Organizational Storage Facilities. The scope of work includes the site preparations, clearing and grading, hardstand for the Vehicle Maintenance Facility, asphalt paving, roads and lighting; and all supporting utilities and furnishings in accordance with the statement of work in the RFP. Also included in the RFP are Optional Bid items for overhead electrical line replacement, optional bid item to provide and install fiber optic transport system (multiplexer), video/data/audio, optional bid item to provide 6 crushed stone with 3 binder in lieu of 12 crushed stone for roads and parking, and 6 crushed stone with 2 binder in lieu of 6 crushed stone for sidewalks, optional bid item to add 1 ? black top, optional bid item to install two vehicle pits with stairs, floor drains, and all associated work and an optional bid item t o provide and install make-up air-exhaust/heat recovery in both hangars. The successful Offeror must design and construct complete and useable facilities, as described in the RFP documents. 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 Governments requirements in an affordable manner. Offerors must demonstrate a thorough understanding of project requirements and a commitment to perfor mance in accordance with the RFP in all aspects of project execution. Price will not be scored; lowest price will be the basis of award to the successful Offeror. To be considered acceptable, Offerors shall specifically address each of the evaluation fact ors. The criteria for technical evaluation factors for this effort shall include: Factor 1 Past experience of Offerors Team, the Offeror shall demonstrate relevant experience of the Offeror's Team: The Offeror as a Design-Build Team shall demonstrate past relevant experience by providing recent and relevant Design-Build Experience and/or Design-Bid-Build Experience. Factor 2 - Past Performance of Offeror's Team: The Offeror as a Design-Build Team shall demonstrate at a minimum satisfactory performance and evaluation information, including timely completion of punch list and warranty work, for the projects submitted. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the O fferors proposal will be considered non-compliant. Factor 3 - Qualifications of the Offeror's Team: The Offeror shall identify the areas and percent of constr uction they intend to self perform and the areas and percent of construction they intend to subcontract along with the names. Also they shall provide an organization chart and the key personnel for the Offeror's Design-Build Team. All technical factors ar e of equal importance. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. However, the Government reserves the right to enter into discussions if deemed necessary, and if discussions a re 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. Large business concerns must submit as part of their proposal a subcontracting plan for this project in accordance with FAR Contract Clauses 52.219-8 and 52.219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for aw ard of the contract. The submission of the subcontracting plan is in no way advantageous to large businesses over any small business in the evaluation process. The small business subcontracting goals for this procurement is 65% of the total subcontractin g dollar value. Of that 65%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. Al l offerors shall submit a SDB Utilization Plan, to include the following information: (1) Identification of each SDB concern proposed and the work each is to perform. (2) Targets expressed in dollars and percentages representing each SDB concerns particip ation of the total contract value. (3) Total target value of all SDB participation, expressed in dollars and percentages, of the total contract value. 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. Plans and Specifications may be examined at the following locations: US Army Corps of Engineers, 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, US Army Corps of Enginee rs, Bldg. 4895, Nininger Street, Ft. Drum, New York 13602; Point of contact is Ed Sim at (315)772-4106, and US Army Corps of Engineers, Baltimore District, 10 South Howard Street, Room 7200-G, Baltimore, MD. 21021; Point of Contact is Terri Quick at (410)9 62-2708. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1 998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the databa se, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact thei r cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractor s. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. This solicitation will not be issued in paper. The media selected for the issuance of the solicitations and amendments shall be solely at the d iscretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing lists by going to the The Baltimore District Electronic Bid Set (EBS) web s ite: https://ebs.nab.usace.army.mil. Prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. It is the offerors responsibility to check the web site periodically for any amendments and notices to this solicitation. The Government is not liable in the event an offeror fails to check the web site. Utilization of the internet is the preferred method, however, CD's will be available for a nominal fee of $10.00 upon written r equest stating the solicitation number, or project name, complete company name and street address (CDs will not be mailed to P.O. boxes), telephone and facsimile number (including area codes). To receive a CD-ROM make company checks payable in the amount of $10.00 to USAED - Baltimore. The official plan holders list will be maintained and can be printed from the EBS web site only. Issuance is estimated on or about 19 April 2005, proposals are due on or about 19 May 2005, 1600 hours local time, at the Balt imore District Office. The Baltimore District Contract Specialist is Terri Quick at (410)962-2708, e-mail address theresa.s.quick@nab.usace.army.mil. A site visit has been scheduled on 26 April 2005 at 2:00 P.M. in order for the Offerors to examine the si te, prior to the submittal of proposals. Offerors must contact Mr. Ed Sim, (POC) at Fort Drum, at (315)772-4107 to obtain access to Fort Drum for the site visit.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21201
- Country: US
- Zip Code: 21201
- Record
- SN00781442-W 20050406/050404212018 (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 |