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 -- Pre-Solicitation Notice for Child Development Center

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-0007
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
Point of Contact
Shaukat Syed, 917-790-8176
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(shaukat.m.syed@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 construction of a standard design 303 capacity facility with outdoor play areas for infants, pre-toddlers, toddlers, and pre-sch ool age children at Fort Drum, NY. Areas to include reception/entrance area, administrative area; staff lounge/work room, storage, kitchen, janitor closet, and laundry room. Supporting facilities include utilities; electric service: fire protection, sprink ler and alarm systems, paving walks, curbs and gutters; storm drainage, outdoor play areas with age appropriate child development equipment to include safety surfacing and fencing; information systems; and site improvements. Building to be pre-wired for co mmunications. Facility to be handicapped accessible. Facility will include appropriate preparation for closed circuit television. Location is Fort Drum, New York. The duration of this project is approximately 365 calendar days including Optional Items. T his procurement is being solicited as HubZone set aside. Procurement will be based on the Best Value Trade-Off process. The applicable NAICS CODE IS 236220 with a Small Business Size of $31.0 Million Dollars. The SIC CODE is 1542. The estimated cost ra nge for this project is between $5 Million to $10 Million Dollars. The evaluation factors are as follows: Factor 1: Design Technical (Most Important Factor). The design-technical Factor consists of conceptual level presentation drawings, technical approa ch narratives and information regarding material and system quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually under stand whether or not the proposal meets or exceeds the minimum Solicitation requirements. Fully developed drawings, details, or specifications are not desired or required. The Offeror shall identify what it considers to be Betterments in its proposal for Subfactors 1-3. Subfactor 1: Quality of Building Systems and Materials (Most Important Subfactor). Subfactor 2: Building Functionality and size (2nd Most Important Subfactor, slightly less important than Subfactor 1). Subfactor 3: Site Design (3rd Most Important Subfactor, slightly less important than Subfactor 2). Factor 2: Performance Capability (2nd Most Important Factor, slightly less important than Factor 1) Subfactor 1: Specialized Experience (Most Important Subfactor). The offeror shall select t he design firm(s) and key subcontractors for electrical and mechanical installation, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) and key subcontractors for electrical and mechanical installation, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) for this proposal. Also identify general subcontractors, if any of the facility types are to be fully subcontracted out and describe the extent of their involvement in the project. The prime contractor and the design firm(s) (or prime contract if design is to be self-performed) shall each demonstrate recent, relevant experience on similar projects. Offerors may identify state and local government and private contracts tha t are similar to the Governments requirements. If the offeror is a joint venture, each firm shall provide information, demonstrating experience relevant to their role on this project. Submit projects selected from those discussed in the experience narra tive that are currently well underway (designed and at least 50% construction progress completed) or completed and turned over no longer that five (5) years preceding the date of this Solicitation. If any firm has multiple functions or divisions, limit th e project examples to those preformed by the division or unit submitting the offer or by the team member. Design firms may list prime contractors they have wor ked for or government, private or commercial customers. The offeror shall select the design firm(s), if projects were design-build, so identify them. The prime contractor and the design firm(s) shall each submit no more that five (5) projects for each of the facility types or their equivalent or similar commercial or in situational type. Subfactor 2: Past Performance (2nd Most Important Subfactor, slightly less important than Subfactor 1) Past performance refers to the quality of recent project experience from the owner's perspective. The Offeror, design firm(s) and key subcontractors shall provide customer reference name(s), company affiliation and current phone numbers on the specific project experience sheets submitted for specialized experience. The evaluation under this subfactor will be limited to projects completed or well underway (as defined above) within 5 years preceding the date of the solicitation. The Government will use the specific project experience sheets as part of its past performance evaluation which shall include the performance rating by the owner on the form, if the Offeror was rated. The Government may contact and interview the points of contact and reserves the right to interview other individuals acting for the listed reference, if the listed reference is not available. The team members may also provide brief information on problems encountered on identified contracts and the team members corrective action. Subfactor 3: Organization/Technical Approach (3rd Most Important Subfacto r, slightly less important than Subfactor 2, Equal to Subfactor 4). Subfactor 4: Key Personnel Capability and Experience (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Subfactor 3). Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important than Factor 2). Price and Proforma Forms (price is considered less significant than the all technical and small business factors). Point of contact for this project is Shaukat Syed at 917-790-8176. Pla ns and specification for Solicitation W912DS-08-R-0007 will be available on or about 5 February 2008. Proposal due date is on or about 5 March 2008 at 2:00 PM (Eastern Standard Time). The media selected for issuance of the synopsis/solicitation and amend ments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this 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 solicitations 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 Feted (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located o n Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will 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 V endor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink 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. Internet 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. Utilization of the Internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project na me, 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 order payable in the amount of $15.00 to USACE, NY. DFARS 252.204-7004 Required Central Contracto r 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 ineligible 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. Shaukat Syed, Lead Contract Specialist, US Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York 10278-0090 Phone: 917-790-8176. Fax: 212-264-3013 or via email shaukat.m.syed@usace.army.mil.
 
Place of Performance
Address: 10th Mountain Division - Light Infantry Fort Drum, New York Fort Drum NY
Zip Code: 13602
Country: US
 
Record
SN01489764-W 20080124/080122224015 (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.