Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2006 FBO #1796
MODIFICATION

Y -- Construction of A Child Development Facility (CDC) at Fort Drum, New York NAICS Code is 236220 - Commercial and Institutional Building Construction

Notice Date
10/25/2006
 
Notice Type
Modification
 
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-07-R-0001
 
Response Due
12/6/2006
 
Archive Date
2/4/2007
 
Point of Contact
alan.p.link, (917) 790-8176
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(alan.p.link@nan02.usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a firm fixed price contract for the design and construction (design-build) of a Child Development Center (CDC) Facility at Fort Drum, New York. This request for proposal requires separate technical and price proposals to be evaluated based on the FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures for award of the project. Design and construction shall comply with the specificatio ns and requirements contained in the RFP. The design and technical criteria contained and cited in the RFP establish minimum standards for design and construction quality. The contractor will have 540 calendar days from the Notice to Proceed (NTP) for the project to be 100 percent completed. Firms including small businesses are encouraged to JOINT VENTURE if necessary. This procurement is being solicited as SERVICE DISABLED VETERAN SET ASIDE. The applicable NAICS CODE is 236220 with a Small Busin ess size of $31,000,000.00. The SIC CODE is 1522. The estimated price range for this project is $5,000,000.00 - $10,000,000.00 and a bid bond is required with submittal of the proposal. The scope of work for the RFP includes the design and construc tion of a child development facility with exterior playground areas to include admin space, computer and home work labs, activity rooms, multi-purpose room, children activity areas in the atrium space and kitchen. Supporting facilities include electrical service, water, sewer, communications, fire protection and alarms, information systems, site improvements, storm drainage, access drives, and parking areas. Heating will provided by natural gas. Access for the handicapped will be provided. The successfu l Offeror must design and construct complete and usable facilities, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offerors ability to mee t the Governments requirements at the lowest price. 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 rated; lowest price technically acceptable will be the basis for award to t he successful Offeror. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. The criteria for technical evaluation factors for this eff ort shall include: Factor 1: Past Experience of the Offerors Team. The Offeror will demonstrate past experience of both design and construction by providing recent and relevant Design-Build Experience and /or Design-Bid Build Experience or any combin ation of the two. Factor 2: Past Performance of Offerors Team. The Offeror as a Design-Build. 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 they intend to subcontract along with the names. Also, th ey shall provide an organization chart and key personnel for the Offerors Design- Build Team. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BY MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. However, the Government reserves the right to enter into discussion if deemed necessary, and if discussions are conducted, the Offerors within the competitive range will be afforded the opportunity to revise their proposal. Large business concerns must submit as part of their proposal a subcontracting plan for this project in accordance to FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan ma y make the Offeror ineligible for award of the contract. The submission of the subcontracting plan is no way advantageous to large business over any small business in the evaluation process. The small business subcontracting goals for this procurem ent is 51.2% of the total subcontracting dollar value. Of that 51.2%, 8.8% should be placed with Small Disadvantaged Businesses, 7.3% with Women Owned Small Businesses, 3.1% wit HubZone Small Businesses, 3% with Veteran Owned Small Business and 3% with Service Disabled Veteran Owned Small Businesses. Point of Contact for this project is Major Rhee at 917-790-8071. Plans and Specifications for Solicitation W912DS-07-R-0001 will be available on or about 6 November 2006. Proposals are due on or abo ut 6 December 2006 at 2:00 P.M. local time. Proposals are to be submitted to U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278. The media selected for issuance of Synopsis/Solicitation and ame ndments shall sole be at the discretion of the government; accordingly, the media utilized for this project s hall be the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of th is solicitation and amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at http://www.fedteds.gov. All vendors who want to access solicitation will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system called Federal Technical Data System (FedTeds) (http:/www.fedteds.gov) is a web-based dissemination toll designed to saf eguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business ( www.fedbizops.gov) or the Army Single Face to Industry (ASFI) Acquisition Business Website (https://acquisition.army.mil/asfi). There will be no automated email notifications of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are as follows: 1. Register to receive Notification and 2. Subscribe to the Intereste d Vendors List for specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https:/ /acquisition.army.mil/asfi). A hyperlink posted in FedbizOps will direct vendors to FedTeds to downl oad solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated or printed using A5. Internet Explorer 6.0 the recommended browser. However, Intern et Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedTeds. Utilization of the Internet is the p referred method; however, CDs will be available upon written request stating the solici tation 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 checks or money order payable in the amount of $15.00 to USACE, NY. DFARS 2 52.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an offeror inel igible to download the solicitation and 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://www.ccr.gov. Major Charlotte H. Rhee, Contract Specialis t, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York New York 10278-00 90. Phone: 917-790-8071. Fax: 212-264-3013.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza (Room 1843) New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01170722-W 20061027/061026000150 (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.