Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

Y -- Aviation Facilities II, Fort Drum, New York

Notice Date
6/17/2005
 
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-0063
 
Response Due
8/9/2005
 
Archive Date
10/8/2005
 
Point of Contact
Theresa Quick, (410)962-2708
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(theresa.s.quick@nab02.usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This procurement is being solicited as a competitive HubZone set-aside. Associated NAICS codes are 236220, 321992 and 332311 with a size standard of $28,500,000.00. Aviation Facilities II, Fort Drum, New York is being advertised as a Request for Pr oposal (RFP). This request for proposal requires separate technical and cost proposals to be evaluated based on Lowest Price Technically Acceptable criteria for award of the project. The intent of the Government is to award a firm-fixed price contract fo r the supply and construction of the new Aviation Facilities II, at Ft. Drum, New York. Facilities shall comply with the specifications and requirements contained in the RFP. The design and technical criteria contained and cited in the RFP establish minim um standards for quality. The estimated price range is $25,000,000.00 to $100,000,000.00. The performance period is anticipated to be 180 calendar days from NTP. All firms including small businesses are encouraged to JOINT VENTURE if necessary. The scop e of work includes the supply/construction of modular (relocatable) facilities including one (1) Aviation Brigade Headquarters, approx. 550 m2 (5,925 GSF) each; two (2) Aviation Battalion Headquarters, approx. 1080 m2 (11,615 GSF) each; fourteen (14) Aviat ion Company Headquarters, approx. 460 m2 (4942 GSF); 26 two-story Barracks, 600m2 (6,460 GSF) each; 2 Arms Vaults Buildings: one comprising four units, approx. 379m2 (4075 GSF); and one comprising three units 298 m2 (3210 GSF); one (1) Dining Facility, app rox. 1316 m2 (14158 GSF). The scope of work also includes site work, utilities, and all associated supporting work and furnishings in accordance with the statement of work in the RFP. Also included in the RFP are Optional Bid items to provide and install remote annunciator panel in all barracks buildings, to provide and install remote annunciator panel in the Battalion Headquarters Facility (one per building), and an Optional Bid item to install vented composite insulating roofing panels on all facilities except the dining facility. The successful Offeror must provide 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 co nfidence 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 performance in accordance with the RFP in all aspects of projec t 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 factors. The criteria for technical evaluation factors f or this effort shall include: Factor 1 - Past experience of Offerors Team, the Offeror shall demonstrate relevant experience of the Offeror's Team. Factor 2 - Past Performance of Offeror's Team: The Offeror shall demonstrate at a minimum satisfactory per formance 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 availa ble, the Offerors proposal will receive a neutral rating for this factor. Factor 3 - Qualifications of the Offeror's Team: The Offeror shall identify the areas and percent of construction they intend to self perform and the areas and percent of construct ion they intend to subcontract along with the names. Also they shall provide an organization chart and the key personnel for the Offeror's Team. All technical factors are 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 d iscussions 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 projec t execution. Upon acceptance of the offer, the Offeror is responsible for supply/construction of the facilities consistent with the requirements of the solicitation and the accepted proposal. Plans and Specifications may be examined at the following loca tions: US Army Corps of Engineers, 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, US Army Corps of Engineers, Bldg. 4895, Nininger Street, Ft. Drum, New York 13602; Point of contact is Ed Sim at (315) 772-4106. 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 1998. For information regarding fu ture 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 database, the web site is: http://www.fed ecnavigator.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 their cognizant Small Business Administ ration 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/subcontractors. The solicitation will be provid ed 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 discretion of the Government; accord ingly, the media utilized for this project are the Internet. 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 site: https://ebs.nab.usace.army.mil. Prospective bidders are required to register and to receive notice of any amendments and/or addenda tha t 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. The officia l plan holders list will be maintained and can be printed from the EBS web site only. Proposals are due on or about 9 August 2005, 1600 hours local time, at the Baltimore District Office. The Baltimore District Contract Specialist is Terri Quick at (410)9 62-2708, e-mail address theresa.s.quick@nab02.usace.army.mil. A site visit has will be scheduled in order for the Offerors to examine the site, prior to the submittal of proposals. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA31/W912DR-05-R-0063/listing.html)
 
Place of Performance
Address: Fort Drum Fort Drum Fort Drum NY
Zip Code: 13602
Country: US
 
Record
SN00832079-F 20050619/050617211910 (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.