SOLICITATION NOTICE
Y -- Synopsis of the proposed construction of Department of Logistics (DOL) Motor Pool Facilities Relocation, United States Military Academy Preparatory School (USMAPS), United States Military Academy, West Point, New York
- Notice Date
- 10/30/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-09-R-0001
- Archive Date
- 1/30/2009
- Point of Contact
- Wei Lugin,, , Albert C Rumph,, Phone: 9177908078
- E-Mail Address
-
wei.lugin@usace.army.mil, albert.c.rumph@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The New York District Army Corps of Engineers intends to award a contract to construct the Department of Logistics (DOL) Motor Pool Facilities Relocation, United States Military Academy Preparatory School (USMAPS), United States Military Academy, West Point, New York, in accordance with (IAW) FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) procedures. The solicitation number for this project is W912DS-09-R-0001. This is a design-build project to construct a new Department of Logistics Facilities (DOL) to include Maintenance Building, Administration/Contractor Building, Fueling Facilities, Packaged Waste Treatment Plant, Upgrade Water Pumping Station and Organizational Vehicle Parking Areas. Supporting facilities including but not limited to electrical, sewer, water, communications, paving, walks, parking, site improvements, heating and A/C, fire protection, and force protection. The Contractor shall be required to commence work under this contract within five (5) calendar days after the date the Contractor receives the notice to proceed. The Contractor shall be required to complete the entire work ready for use not later than 420 calendar days after the date the Contractor receives the notice to proceed. Estimated Construction Cost Range: $49,000,000 - $52,000,000 This is an Unrestricted procurement with HUBZone Price Evaluation Preference The North American Industry Classification System (NAICS) code is 236220, Construction. The business size standard is $33,500,000. BASIS FOR AWARD - Procurement will be best value, based on the lowest priced technically acceptable (LPTA) proposal. The successful 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 meet the Government's 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 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 for this effort shall include: FACTOR 1: Contractor Past Experience. FACTOR 2: Contractor Past Performance. FACTOR 3: Qualifications of the Offerors Team. FACTOR 4: Small Business Utilization. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 70.0%, Small Disadvantaged Business 6.2%, HUBzone Small Business 9.8%, Women-Owned Small Business 7.0%, Veteran-Owned Small Business 3.0%, Service-Disabled Veteran Owned Small Business 0.90%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal can not be met. You may contact the District, Deputy Small Business advocate or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Hubzone Small Business and Small Disadvantaged and Women-Owned Small Business program concerns to participate in contract performance. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS 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. The solicitation will be released on or about 14 Nov 2008. Proposals will be due on or about 15 Dec 2008, 1400 hours local time. The media selected for issuance of the synopsis/solicitation and amendments 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. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov). Business opportunities can be located on Federal Business Opportunities ( https://www.fbo.gov ). 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. NOTICE: The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. Both the contractor and government personnel are responsible for inputting PPI data. Performance evaluations prepared in CPARS are transmitted to the Past Performance Information Retrieval System (PPIRS). For specific details and guidance in use of the system, contractor is directed to https://www.nwp.usace.army.mil/ct/I/home.asp. This links the contractor to the Portland District Contractor Appraisal Information Center (CAIC). CAIC is the primary center to assist both the contractor and government personnel in using the system. Construction Performance Evaluation will be prepared in the Construction Contractor Appraisal Support System (CCASS) sub module of the CPARS. The link to Construction Contractor Appraisal Support System (CCASS) is http://cpars.navy.mil/ccassmain.htm ( Used to document contractor performance on Construction contracts.) The Point of Contact is Wei Lugin, Contract Specialist, U.S. Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8073; Fax: 212-264-3013.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7258f9b76cc4dcf321952198942b809e&tab=core&_cview=1)
- Place of Performance
- Address: West Point, New York, United States
- Record
- SN01698461-W 20081101/081030214903-7258f9b76cc4dcf321952198942b809e (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 |