Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2005 FBO #1483
SOLICITATION NOTICE

Y -- Design/Build DIVTroops Barracks, Fort Drum, New York

Notice Date
12/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-06-R-0005
 
Response Due
1/31/2006
 
Archive Date
4/1/2006
 
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. DIVTroops Barracks, Fort Drum, New York is being advertised as a Request for Proposal (RFP). This request for proposal requires separate technical and cost proposals to be evaluated based on the FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures 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 DIVTroops Barracks Project, 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 $25,000,000-100,000,000 and a bid bond is required with submittal of the RFP. The completion period is 540 calendar days from Notice to Proceed (NTP). All firms including small businesses are en couraged to JOINT VENTURE if necessary. The scope of work for the RFP includes the design and construction of two new barrack buildings with built-in soldier community areas and supporting facilities. The configuration of the site plan layouts proposes con structing two buildings with 222- rooms each and a 150-room building in the 10300 Area. Access for persons with disabilities will be provided in public areas. This project includes all structural, mechanical, electrical, plumbing, and information systems. Anti-terrorism/force protection will be provided by structural reinforcement, special windows and doors, and site measures. Supporting facilities include water, sanitary sewer, electrical, gas, storm drainage, information systems, fire alarm and protection systems, mass notification systems, roadway, parking, lighting, sidewalks, paving, signage, landscaping, and site improvements. Air Conditioning (estimated 550 Tons). The successful Offeror must design and construct complete and useable facilities, as des cribed 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 performance 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. T o be considered acceptable, Offerors shall specifically address each of the evaluation factors. 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 Offerors 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 Offerors Team: The Of feror 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. . Factor 3 - Qualifications of the Offerors Team: The Offeror shall identify the areas and percent of construction 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 are of equal importance. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTA CT 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 demonstr ate 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 acc ordance with FAR Contract Clauses 52.219-8 and 52.219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for award 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 51.2% of the total subcontractin g dollar value. Of that 65%, 8.8% should be placed with Small Disadvantaged Businesses, 7.3% with Women Owne d Small Businesses, 3.1% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 1.5% with Service Disabled Veteran Owned Small Businesses. Al l offerors shall submit a SDB Utilization Plan, to include the following information: (1) Ident ification of each SDB concern proposed and the work each is to perform. (2) Targets expressed in dollars and percentages representing each SDB concerns participation 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. The solicitation will be re leased on or about 30 December 2005. Proposals will be due on or about 31 January 2006, 1400 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 med ia utilized for this project are the Internet and CD-ROM . TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. 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, Microsoft Windows 3.1 or greater, 8MB application RAM. A registr ation 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. 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. No individual or written notification of amendments will be provided. Utilization of the internet is the preferred method, ho wever, 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 or der payable in the amount of $10.00 to USAED, New York. The official plan holders list will be maintained and can be printed from the web site only. All prospective offerors and PLAN CENTERS are encouraged to register as plan holders on the web site. Contr actor must be registered in the Centralized Contractor Registration (CCR) database in order to receive a contract award by any DoD Contracting as required by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004. Lack of registration i n the CCR database will make an offeror ineligible for award. Contractors may access the CCR and register at http://www.ccr.gov. Ensure DUNS number and CAGE Cod e are provided with the proposal. To receive your DUNS number, offerors must call Dunn and Bradstreet (D&B) at 1-800-333-0505. Additional information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The contracting Point of Contact for this project is Scott Helmer (scott.m.helmer@usace.army.mil).
 
Place of Performance
Address: Fort Drum DIVTroops Barracks Fort Drum NY
Zip Code: 13602
Country: US
 
Record
SN00953826-W 20051218/051216212302 (fbodaily.com)
 
Source
FedBizOpps 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.