SOLICITATION NOTICE
Y -- Packaging, Handling, Shipping and Transportation (PHS&T) Center, Picatinny Arsenal, New Jersey.
- Notice Date
- 4/9/2009
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering 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-0008
- Archive Date
- 6/16/2009
- Point of Contact
- Tshura D Jones,, Phone: 9177908081
- E-Mail Address
-
Tshura.D.Jones@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The New York District Army Corps of Engineers proposes to perform a Construction of a new Packaging, Handling, Shipping and Transportation (PHS&T) Center, located at Picatinny Arsenal, New Jersey. The proposed project includes an enclosed Test Laboratory (8,000 SF), High Bay Test Laboratory (18,000 SF), Administrative/Engineering offices (14,000 SF), and Heated Storage Area (6,000 SF). All of the above components are connected and together they form a single story industrial type building. Special features include special foundations, outdoor covered test area, outdoor test ramps, emergency generator, IDS installation, building information systems, fire protection and Anti-terrorism (AT) measures, Sustainable Design and development (SDD) and compliance with the Energy Policy Act of 2005 (EPAct05). Supporting Facilities include site work, paving, site improvements and utilities. Access for individuals with disabilities will be provided. Additionally, the work may require demolition of sub grade utilities and foundations, structure or equipment in or servicing the existing building it will adjoin. It is anticipated that dewatering maybe required for excavation during placement and/or connection to some in ground utilities and construction of the foundations. The range is between $20,000,000 and $25,000,000 Plans/Specs for the subject project will be available on/or about 23 April 2009 with proposal due date on/or about 23 May 2009, at 2:00 PM Easter Standard Time (EST). This is an UNRESTRICTED procurement. The applicable NAICS code is 237990 (Other heavy and civil engineering construction) with a size standard of $33.5 million. All proposals should be mailed to 26 Federal Plaza, New York, New York 10278 in room 1841, attn SGT Tshura Jones. 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%, Small Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, Hub Zone Small Business 9.8%, and Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot 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, Hub zone Small Business and Small Disadvantaged and Women-Owned Small Business program concerns to participate in contract performance. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. 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 www.fedbizopps.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and www.fedbizopps.gov. Business opportunities can be located on www.fedbizopps.gov or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be automated email notification of amendments. To keep informed of changes check www.fedbizopps.gov frequently. Contractors are encouraged to use the following tools: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors download Solicitations, Plans, Specifications and Amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using 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 FedBizOps. Utilization of the Internet is the preferred method. 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 a 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. ACASS Requirements: CPARS - The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DOD contracts. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Construction Contractor Appraisal Support System (CCASS) module is a web-enabled application that supports the completion, distribution, and retrieval of Construction contract performance evaluations (DD Form 2626). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted on Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.csd.disa.mil/ccassmain.htm. To access reference material, training information, and a practice session, click on CPARS underneath Web Applications on the web blink listed above. Point of Contact is SGT Tshura Jones, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8081. Fax: (212) 264-3013 or via email Tshura.D.Jones@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f046dd892bf99b7ae555d977a2605cd1&tab=core&_cview=1)
- Place of Performance
- Address: Picatinny Arsenal, New Jersey, United States
- Record
- SN01789310-W 20090411/090409215700-f046dd892bf99b7ae555d977a2605cd1 (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 |