Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

Y -- Infantry Squad Battle Course (ISBC) fort Drum, New York

Notice Date
12/5/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-R-0005
 
Response Due
1/17/2012
 
Archive Date
3/17/2012
 
Point of Contact
Loretta E. Parris, 917-790-8182
 
E-Mail Address
USACE District, New York
(loretta.e.parris@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a firm fixed price contract to upgrade an existing range to meet current standards for an Infantry Squad Battle Course (ISBC). Project will construct five objective areas (stations), range operations and storage building, range operations center, classroom building, latrine, bleacher enclosure, covered mess, ammo breakdown building, range operations and control area and building information systems. Antiterrorism protection measures will be included. Supporting facilities include electric service, water and information systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPA Act05 features will be provided. Air Conditioning (Estimated 2 Tons). The contractor will have 545 calendar days from the Notice to Proceed (NTP) for the project to be 100% completed. This procurement is being solicited as 100 percent Small Business Set Aside. The applicable NAICS Code IS 236220 WITH a Small Business Size of $33,500,000.00. The SIC CODE is 1542. The estimated price range for this project is $5,000,000.00 and $10,000,000 and a bid bond is required with submittal of the proposal. The request for proposal requires separate technical and price to be evaluated based on FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures for award of the project. 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. Offeror must demonstrate a thorough understanding of the project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. Price will not be rated; lowest technically acceptable will be the basis for award to the successful Offeror. To be considered acceptable, Offerors shall specifically address each evaluation factors. The criteria for technical evaluation factors for this effort shall include: Factor I - Past Experience/Past Performance. The Offeror will need to submit at least two (2) similar projects in scope, magnitude and complexity. Examples of relevant projects not less than 75% complete or physically completed within the last five (5) years. The Offeror shall identify the areas and percent of construction they intend to self perform. Scope: Construction of individual projects or multiple Task Orders under a MATOC are acceptable. Examples of acceptable type projects are Firing Range projects with prefabricated metal buildings and road networks that are a minimum of 1/2 mile in length or site work that is over 2 acres in area with the experience of coordinating in known UXO areas. Magnitude shall be at least 6 million dollars in construction value. Complexity: Dirt work type of construction. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION 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 Offeror within the competitive range will be afforded the opportunity to revise their proposal. Point of contact for this project is Loretta Parris at 917-790-8182. Plans and Specifications for Solicitation W912DS-12-R-0005 will be available on or about 19 December 2011. Proposals are due on or about 17 January 2012 by 2:00 P.M. Local Time. Proposals are to be submitted to U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall sole be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet only. Telephone, Email of FAX requests for the Solicitation will not be accepted or honored. Paper copies of this solicitation and amendments if any will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must registered with Central Contractor Registration (CCR) located at www.ccr.gov and Federal Business Opportunity (FedBizOpps) located at http://www.fbo.gov. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www. fbo.gov. Some contractors tools are as follows: 1. Register to receive Notification and Subscribe to the Mailing List for specific Solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specification and amendments. Check with www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past Performance Information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use Construction Appraisal Support System (CCASS) by all DoD Agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract will terminate for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and located at https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02633269-W 20111207/111205234040-a9cbf99158635ac273addb1166455a01 (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.