Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOURCES SOUGHT

Y -- USMA New Cadet Barracks, Industry Feedback II - Info for: Industry Feedback II

Notice Date
8/21/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-S-0016
 
Archive Date
10/15/2012
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Spec Vol 3 Spec Vol 2 Spec Vol 1 Prefinal Report Vol 7 Prefinal Report Vol 8 NCB Vol 2 NCB Vol 1 This is a sources sought notice for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BIDS. Project Description: The New Cadet Barracks is currently budgeted in Fiscal Year 2013 at a Programmed Amount of $192M. The project will provide barracks space for 650 Cadets. The project is critical to the United States Military Academy (USMA) to eliminate overcrowding. The Academy's goal is to occupy the New Cadet Barracks as early as possible, preferably moving Cadets into the new facility at the beginning of an academic year. USMA's goal is to have the facility ready for occupancy at the beginning of the 2016/2017 academic year, which begins in August 2016. In addition to completing construction of the building and supporting facilities, an estimated 60 days are required for installation of Furniture, Fixtures & Equipment and information technology systems. The New York District is seeking industry feedback on the facility design, acquisition approach and construction schedule. The Government will consider this feedback prior to release of a formal request for proposal planned for October 2012. Responses to this sources sought will be used to finalize acquisition strategy and the solicitation including the plans/specifications, if appropriate. The Government will not provide responses to individual comments. A formal announcement will be publicized in the Federal Business Opportunities. All interested offerors will have an opportunity to respond to the solicitation at that time. This announcement is to assist the New York District in obtaining industry feedback. This announcement is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. The New York District is plans on awarding a single design-build contract. The solicitation will include a Request for Proposals and bridging documents with Architectural and Structural design at an advanced stage as necessary to comply with National Historic Landmark regulatory procedures. Best Value Source Selection procedures with Trade-Offs using One-Step Turnkey Design-Build or Two-Phase Design-Build selection procedures are planned. Preliminary evaluation factors follow: Factor 1 Planning and Schedule Adherence The design-technical factor consists of submission of a CPM type schedule that shall show at a minimum key milestone dates including start and completion of design and construction. The offeror shall highlight major targets and key critical dates including but not limited to anticipated NTP, start/completion of: rock excavation, civil/site, building fame, exterior enclosure, etc.. Submission Requirements: Planning and Scheduling Control: Describe the time control capabilities and systems to be used to plan the project and how the schedule will be used to manage construction. Discuss internal procedures for handling delays to minimize time growth. Summary Level Schedule: Submit a schedule for design and construction of the new cadet barracks. Factor 2 Technical Approach Technical Approach Narratives: Provide technical approach narratives, both qualitative and quantitative, defining the elements of the proposal. It is acceptable to include all the sub-items shown below into a single combined narrative for the entire facility. It is the responsibility of the proposer/offeror to ensure that all aspects identified in the evaluation criteria below are addressed. Architectural, Structural, Civil and Site Design to include Rock Excavation and Blasting Plan Mechanical, Electrical, Plumbing, Fire Protection, and Telecommunication Systems Factor 3 Experience Offerors will demonstrate past experience by providing a minimum of two (2) and no more than five (5) relevant projects completed within the last seven (7) years that are of similar scope, size complexity & magnitude as defined below. At least one (1) of the two (2) projects shall be a design-build project. Relevant is defined as similar in scope, size, complexity and magnitude of construction as defined below. It is not a requirement for the projects submitted that the Prime Contractor has worked with the design team on the submitted projects, but previous experience together will be reviewed more favorably. Note that the Offeror must clearly indicate how each project meets and/or exceeds all four (4) criteria below in order for the project to be considered relevant. Scope is defined as new construction of a barracks, dormitories, hotels, apartment buildings, administrative facilities and educational facilities completed within the last seven (7) years. Completed Projects are defined as the date the facility was turned over to, or occupied by the owner. Size is defined as a facility or complex of at least 100,000 gross square feet. Similar complexity is defined as the management and coordination of multi-disciplined construction teams to complete projects that include the majority of the following types of work: structural steel and/or structural concrete; masonry; curtain wall; roofing; plumbing; electrical; HVAC; fire protection; communications; equipment installation and; site work and paving; mass rock removal; and construction on a constrained site. This project involves construction of a new facility adjacent existing Cadet Barracks buildings, which will remain operational throughout construction. Magnitude is defined as new construction between greater than $50,000,000.00. Factor 4 Contractor Past Performance Provide performance and evaluation information on a Past Performance Customer Questionnaire for projects submitted under Factor 3. Factor 5 Qualifications of the Offeror's Team The Offeror shall provide the following to show qualifications of the team and provide an organization chart specific to their organization, showing key personnel for the Offeror's Design-Build Team as per section 00800 of the solicitation. At a minimum, the organizational chart shall identify the key personnel, the contractor and/or subcontractor entities, their responsibilities, structure and lines of authority. The following minimum key personnel shall be identified by name: Project Manager Contractors Superintendent Assistant Superintendent Contractors Quality Control System Manager Contractors Quality Control MEP Manager Contractors Quality Control Site Manager Contractors Quality Control Architectural Manager Design Quality Control Manager Design/Construction Liaison Factor 6 Small Business Participation Plan All Offerors shall identify the extent to which Small Businesses (SBs) including Alaska Native Corporations (ANCs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs). Including ANCs Woman-Owned Small Businesses (WOSBs) would be utilized in the performance of this proposed contract. For small businesses, as defined by the North American Industry Classification System (NAICS) Code applicable to this solicitation, the offeror's shall identify their own participation as a SB, VOSB, SDVOSB, HUBZONE SB, SDB or WOSB and it will be considered in evaluating the Utilization of Small Business factor. See Section 00 21 00 Instructions to Offerors for the applicable goals for participation in this contract. Provide the names of SB, VOSB, SDVOSB, HUBZONE SB, SDB, or WOSB who would participate in the proposed contract, identifying specific components to be produced or services to be performed by them, and the estimated total dollars of such work; Provide a description of the offeror's performance, over the past three calendar years, in complying with the requirements of FAR 52.219-8, Utilization of Small Business Concerns, including description and available documentation of the methods employed to promote small business utilization and the internal methods used to monitor such utilization; Factor 7 Self Performed Work The Offeror shall confirm that it understands and that it shall perform the amount of work required to be self-performed. The Contractor shall be required to self-perform at least 15%. Construction activities will normally be restricted to a single shift, Monday-Friday, excluding holidays and approximately seven other days designated by USMA. Work-hours of up to 10 hours/day Monday-Friday, as well as Saturdays (except USMA designated event dates) may be authorized if necessary to regain potential schedule slippages. A second shift for interior work after the building exterior is sealed and work will not generate significant noise on the exterior may be authorized if needed to complete work by a particular trade when that trade is impeding overall progress. Significant concerns are noise control, dust control and potential damage to surrounding structures. Sherman, Grant and Bradley Barracks will remain occupied and are in close proximity to the project site. Additionally, the Cadet Chapel is in close proximity to the new Barracks. The project requires a significant amount of rock removal below the Chapel. The New York District intends to have New York State approval of the Strom Water Pollution Prevention Plan prior to contract award. The proposed contractual duration is 1,200 calendar days from issue of Notice to Proceed. The Pre-Final Design-Build request for proposals, plans, specifications, design analysis and geotechnical reports are attached to this announcement, and provided for informational purposes. Note that these documents are subject to change. It is not the Governments intent to provide the complete solicitation for comment at this time. Feedback is solicited in the following specific areas: •a. Proposed acquisition approach. •b. Use of One-Step Turnkey Design-Build versus Two-Phase Design-Build procedures. •c. Proposed evaluation factors. •d. Proposed schedule/duration; work-hours/days. •e. Pre-Final Design-Build plans and specifications. •f. Rock removal approach. •g. Noise/dust control. •h. Staging and haul routes. •i. Other areas deemed relevant by industry. Interested parties may provide written feedback. Written feedback should be mailed not later than 10 calendar days from issue of this announcement to U.S. Army Engineer District New York, ATTN: Matthew Lubiak, Room 1843, 26 Federal Plaza, New York, NY 10278. Written feedback may be in the format chosen by the offeror but must included the offerors name, point of contact, planned role on the project, and social economic status (eg SB, etc.). Industry feedback will be shared with the Government team and Architect- Engineer but otherwise be held strictly confidential. Responses will not be provided to individual comments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-S-0016/listing.html)
 
Place of Performance
Address: United States Military Academy, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN02847878-W 20120823/120821235500-b1ff34e35b7d52ed2614c1e912eca51f (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.