SOLICITATION NOTICE
Y -- Construction of a Ballistic Evaluation Center at Picatinny Arsenal New Jersey.
- Notice Date
- 3/9/2012
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial 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-0014
- Response Due
- 4/26/2012
- Archive Date
- 6/25/2012
- Point of Contact
- Matthew Guilday, (917)790-8081
- E-Mail Address
-
USACE District, New York
(matthew.guilday@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 for the construction of the Ballistic Evaluation Center (BEC), Picatinny, New Jersey. This procurement is being solicited as a Small Business Set-aside. The applicable NAICS CODE IS 236210 with a Small Business size standard of $33,500,000.00. The estimated price range for this project is $10,000,000.00 and $20,000,000.00 and a bid bond is required with submittal of the proposal. The scope of work for the RFP includes the construction of a new Ballistic Evaluation Center consisting of a 17,702 GSF central concrete facility to fire large caliber guns from an indoor location with associated maintenance, data collection and other spaces, a 1,200 GSF concrete digital imaging building, a concrete back drop, concrete slug butts to capture the large caliber rounds, a 795 GSF explosive material conditioning facility, renovation of a 2,339 GSF steel structure propellant loading facility and extensive site/civil work. The project will be procured as a LPTA in accordance with FAR 15.101-2 Lowest Price Technically Acceptable source selection process. 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. To be considered acceptable, Offerors shall specifically address each evaluation factor. The criteria for technical evaluation factors for this effort shall include: Factor 1 - Past Experience. The Offeror will need to submit not less than two (2) but no more than five (5) examples of projects similar in scope magnitude and complexity that are not less than 90% complete or physically completed within the last seven (7) years. If using subcontractor experience for reinforced concrete construction, in addition to subcontractor experience, the Offeror must submit two (2) projects demonstrating the Offeror's relevant experience meeting the scope, magnitude and complexity (except for reinforced concrete construction) requirements of this factor to be considered acceptable. If the Offeror is a joint venture, each firm shall provide information demonstrating experience relevant to their role on this project. If the Offeror uses subcontractor experience to satisfy required reinforced concrete construction experience, a signed/executed teaming agreement must be provided. Factor 2 - Past Performance. Offerors are required to provide a Past Performance questionnaire to their previous client(s) for their past client's input regarding their firms and/or that of any past Team Association or subcontractor's Past Performance. Offerors shall submit Past Performance questionnaires for each project submitted under Factor 1. Instructions will be included in the RFP informing offerors to fax or email their completed questionnaires directly to the Corps of Engineers, Contract Specialist. Factor 3 - Qualifications of the Offeror's Team. The Offeror shall provide the following qualifications of the team: Provide an Organization Chart showing Key Personnel for the Offeror's Construction Team. At a minimum, the organizational chart shall identify the Key Personnel, the contractor and significant subcontractor entities, their responsibilities, structure and lines of authority. At a minimum, the following Key personnel shall be identified by name within the chart: Contractor's (Offeror's) Project Manager; Construction Quality Control Manager; and Superintendent,. A sample organizational chart is provided in the RFP. The Contractor (Offeror) shall develop its own chart, unique to and specific to their organizations team, and this proposal. The Offeror shall identify the areas and percent of work (construction) they intend to self perform and the areas and percent of work (construction) intend to subcontract along with the names of significant subcontractors. Point of contact for this project is Matthew Guilday at 917-790-8081. Plans and Specifications for Solicitation W912DS-12-R-0014 will be available on or about 26 March 2012. Proposals are due on or about 26 April 2012 by 2:00 PM 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 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-0014/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02692866-W 20120311/120309234637-26df327f7576ed64ad01849fcea1c9c4 (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 |