Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

Y -- Infrastructure Upgrades at Fort Drum, New York

Notice Date
1/22/2008
 
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-08-R-0008
 
Response Due
2/6/2008
 
Archive Date
4/6/2008
 
Point of Contact
Wei Lu-Gin, 917-790-8073
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(wei.lugin@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a contract for Construct utilities infrastructure upgrades at Fort Drum, New York. The project will include constructing a new sewage lift sta tion and force main, upgrade an existing sewage pump station, install sanitary sewer lines, Construct a water tower and demolish old tower, install water lines, install pressure reducing valves to water lines both above ground and in vaults, Install teleme try system and supporting backbone, disconnect existing fire hydrants from high pressure lines to domestic lines, and electrical distribution lines. Supporting facilities include site preparation and improvements. Procurement will be best value, bas ed on the lowest priced technically acceptable (LPTA) proposal. The evaluation factors are as follows: a. Factor 1 - Past Relevant Experience of Offeror's Team - The Offeror will demonstrate past experience of both design and construction by provi ding recent and relevant Design-Build Experience and/or Design-Bid-Build Experience or any combination of the two. Relevant projects are those which are similar in scope, magnitude and complexity. b. Factor 2 - Past Performance of Offeror's Team - Offerors are required to provide a Past Performance questionnaire to their previous Client(s) for their past Clients input on their firms and/or that of any past Team Association or sub-contractors Past Performance. Offerors shall submit Past Performan ce questionnaires for each project submitted under factor 1. Projects must be recent (project constructed within the past 7 years), relevant project similar in scope. c. Factor 3 - Qualifications of the Offeror's Team  The Offeror shall provide the following to show qualifications of the team: " The Offeror shall identify the areas and percent of work (design and/or construction) they intend to self perform and the areas and percent of work (design and/or construction) intend to subcontra ct along with the names of the subcontractors. " Provide an Organization Chart showing key personnel for the Offeror's Design-Build Team. " The following minimum key personnel shall be identified by name: Contractors Project Manager, Design Quality C ontrol Manager (and alternate), Construction Quality Control Manager (and alternate), Design Team Leader, Design Team Members (all engineering disciplines), Superintendent/Subcontractor Manager and Safety Manager. Factor 1 is considered most importa nt; Factor 2 and 3 are equal. The duration of this contract is approximately 365 calendar days. This procurement is being solicited as HUBZone Set-Aside. The applicable NAICS CODE IS 236220 with a Small Business Size of $31.0 Million Dollars. Th e estimated cost range for this project is between $10 Million to $15 Million Dollars. Point of contact for this project is Ms. Wei Lugin at 917-790-8073 All vendors who want to access solicitations will be required to register with Central Contrac tor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system called Federal Technical Data System Feted (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-re lated information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There w ill be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A h yperlink posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Inte rnet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with Fed Teds. DFARS 252.204-7004 Required Central Contractor Registratio n (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 ineligible to download the solicitation and for award. Infor mation 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.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01489762-W 20080124/080122224011 (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.