Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

Y -- Construction of the Joint Improved Explosive Device Defeat Organization (JIEDDO) Training Facility, Joint-Base McGuire/Ft. Dix Training Areas, New Jersey

Notice Date
6/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU09R0043
 
Response Due
8/10/2009
 
Archive Date
10/9/2009
 
Point of Contact
sandra.fletcher, 215-656-6915<br />
 
E-Mail Address
US Army Engineer District, Philadelphia
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is intended to provide a training venue to aide the military troops in recognizing, detecting and mitigating Improved Explosive Devices (IED) in the field to prevent causalities when encountering them during actual missions. This procurement is for the solicitation of a firm fixed-price contract to design and construct: (1) a network of training roads (improvements of existing un-surfaced roads and expand existing road network) that run and interconnect with one another; (2) construct a new 3,000 SF, pre-engineered metal building (will hold a classroom for approximately 90 students, office space, lavatories, equipment room & storage areas). The work also consists of but is not specifically limited to the following: removal of existing aerial electric service and installation of new aerial electric service; new poles and insulators; new water service and sanitary sewer with septic system for the After Action Report (AAR). Improve several miles of existing sand/gravel roads. New roads will accommodate Mine Resistant Ambush Protected (MRAP) vehicles (43,600 lb, four wheel, MRAP Vehicle); install approximately one-half to one mile of a new two-lane paved asphalt road for the MRAP use. The work includes the installation of various features necessary for training, such as, a new pedestrian foot bridge, vehicular guard rails, culverts, utility poles, etc. The Contractor will be responsible to coordinate all environmental issues and requirements with the NJDEP and the Pinelands Commission and inclusive preparation of all necessary permits and application fees. Construction work is in an area of Fort Dix known as TAC 2C and is in close proximity to wetlands which are delineated on the plans. The designer of record will also be responsible for preparing a Comprehensive Interior Design (CID) package (binders & color board) of color schemes & systems furniture selections for the Air Force to select and approve for the AAR Facility. Estimated cost range for the Base Bid is $5,000,000.00 to $10,000,000.00. The following optional items will be included in the solicitation: Option 1- Provide approximately 4,950 feet of new 3 phase, 4,160V electrical line to the new AAR Facility inclusive of new poles, insulators and design services, in lieu of extending the existing single phase 2,400V service approximately 750 feet; Option 2 Add street lighting from Parker Road/Brownsmill Road/Lewiston corner through the range to mock village (existing) inclusive of design services. Competitive best value source selection procedures (FAR 15.101) will be used for this procurement. The source selection process will be based on the LOWEST PRICED TECHNICALLY ACCEPTABLE OFFER. The Source Selection Evaluation Factors are: Factor 1 - Past Relevant Experience of Offeror's 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 combination of the two. Relevant projects are those which are similar in scope, magnitude and complexity. 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 Client's input on their firm's and/or that of any past Team Association or sub-contractors Past Performance. Offerors shall submit Past Performance questionnaires for each project submitted under Factor 1. Projects must be recent and similar in scope. Factor 3 - Qualifications of the Offeror's Team - The Offeror shall provide the following to show qualifications of the team: 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 Team Leader/Design Quality Control Manager, Construction Quality Control Manager, and a Superintendent/Subcontractor Manager/Safety Manager. Detailed evaluation criteria will be included in the Request for Proposal (RFP) package. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the small business size standard is $33.5 million. Issue date is on or about 8 July 2009 with proposals due by 2:00 p.m. on or about 10 August 2009. The solicitation documents will only be available via the Federal Business Opportunity Website at www.fbo.gov. Hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is 100% set-aside for Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU09R0043/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01853209-W 20090625/090623235709-a36529056dd2456e60d0a6ff7d2c3582 (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.