Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

Y -- Design and construct an administrative addition and renovate an existing Chapel to bring the facility up to current standards for a 400 seat Chapel.

Notice Date
4/19/2012
 
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-0017
 
Response Due
5/3/2012
 
Archive Date
7/2/2012
 
Point of Contact
Jason L Parker, 917-790-8080
 
E-Mail Address
USACE District, New York
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is proceeding as 100% Small Business Set Aside Lowest Price Technically Acceptable procurement for the Chapel Addition/Alteration (ADAL) at Fort Drum, New York Estimated Cost Range is between $5,000,000 - $10,000,000 The New York District of the U.S. Army Corps of Engineers (USACE) proposes to construct/ renovate the Chapel (ADAL), which is located at Fort Drum, New York. Contract Information: This solicitation will be evaluated under FAR part 15 Lowest Price Technically Acceptable Best Value Process. Interested Small Business firms or Small Business Joint Venture entities (referred to as "Offerors") will submit certain specified performance capability information, demonstrating their capability to successfully execute the design-build construction of contract resulting from this solicitation. The Government will evaluate the performance capability information in accordance with the criteria described in the solicitation. Scope of Work: Design and construct an administrative addition and renovate an existing Chapel to bring the facility up to current standards for a 400 seat Chapel. The project will require the Contractor to design and construct a 12,750 sf administrative addition to, and remodel approximately 24,000 sf an existing Post chapel. The facility will include a worship center, activity center, offices, classrooms, kitchen, reception area, latrines, storage rooms, resource center, multi-purpose room, Baptistery suite, and supporting spaces. Supporting facilities include utilities (electric, water, gas, sewer, and communications services), emergency and security lighting, fire protection and alarm systems, public address system, paving, curbs, walks, gutters, parking, storm drainage, information systems and site improvements. Access for the handicapped will be provided. Heating and air conditioning (45 tons) will be provided. Anti-terrorism/force protection measures are included. Project requires comprehensive interior design services. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 10 Tons). Evaluation Criteria: The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Volume 1, Factor 1, Past Specialized Experience (Must meet minimum technical requirements) subfactor 1 - Contractor Specialized Experience evaluates experience of the Offeror based on 3 recent projects of similar scope, complexity and magnitude (within the last 5 years and/or over 90% complete) (rated either acceptable or unacceptable); subfactor 2, Designer Specialized Experience, The Designer shall describe 3 projects of similar scope, complexity and magnitude substantially complete or complete within the last 5 years (20% minimum self performed) (rated either acceptable or unacceptable. Volume 1, Factor 2, Past Performance, subfactor 1(Contractor) and subfactor 2 (Designer) - Past Performance evaluates how well the Offeror, their designer and their key subcontractors performed on the projects they submitted for Factor 1. This is determined from questionnaires filled out by the owners of the projects submitted for subfactor 1. This subfactor is weighted based on a risk assignment. Volume 1, Factor 3, The Team, subfactor 1 - Organization/Technical Approach evaluates the Offerors planning and organization via a narrative on how the Offeror plans to manage their team and its interactions, it evaluates their technical approach for design and construction via a narrative on how they plan on providing an on time quality product during the design and construction phases. (rated either acceptable or unacceptable); subfactor 2 - Key Personnel Capabilities and Experience evaluates the qualifications of the Offeror's personnel for the following positions: project manager, Quality Control manager, general superintendent, the design project manager, the designers of record for architectural, civil, fire protection, structural, electrical, mechanical and permit preparer(s), (rated either acceptable or unacceptable). Volume 2, TAB A, Price (Standard Form 1442 and Proposal Bid Schedules - Submit the properly filled out and executed SF 1442, along with the CLIN Schedule, containing proposed line item and total pricing, as well as the proposed contract duration., weighted less important than Volume, Factor 1, 2 and 3 combined; Volume 2, TAB B, Bid Bond, submit bid bond, not rated Volume 2, TAB C, Self-Performed Work, the Offeror shall confirm that it understands and that it shall perform the amount of work required to be self-performed, rated GO/NO-GO. The period of performance for this project is anticipated to be 605Days. Procurement: This procurement is being solicited as Competitive Small Business. Procurement and will be based on FAR part 15 Lowest Price Technically Acceptable (LPTA). This Procurement will be conducted under the Federal Supply Code: Y1AZ - Other Administrative and Service Buildings; the Standard Industrial Classification Code: 1542, North American Industry Classification System Code: 236220, Commercial and Institutional Building Construction. The size standard for this code is $33,500,000. The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on Department of Defense (DoD) contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 April 2007, the system, Contractor Performance Assessment Reporting System (CPARS), requires both the contractor and the Government to submit their portion of the CPARS report via the internet for construction contracts. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the system, the CPARS website has a computer-based training module and a practice session for your use at https://www.nwp.usace.army.mil/ct/I/home.asp by following the links to the training. It is anticipated that the RFP (Request for Proposal) will be issued on or about 15 days from the date on this pre-solicitation notice on or about 03 May 2012, for downloading at the Government's website at http://www.fbo.gov/. No paper copies will be issued. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email, fax, or mail to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or 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. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and FedBizOpps,. The system called FedBizOpps has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all federal agencies. Business opportunities can be located in FedBizOpps or the Army single face to Industry (ASFI) acquisition business website https://acquistion.army.mil/asfi. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov or utilize the vender notification service in ASFI. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, printed using A5. Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with the FedBizOpps website. Prospective contractors must be registered in the DoD CCR database prior to award. Lack of registration in CCR will make and offeror ineligible to download the solicitation for award. Information on CCR registration is available at http://www.ccr.gov. For further information should be directed to the Contract Specialist, Jason L Parker, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8080. Fax: 212-264-3013. E-mail: jason.l.parker@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0017/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02726417-W 20120421/120419235935-8d151261878a1e2c630e8642fcd85cd1 (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.