Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2012 FBO #4033
MODIFICATION

Y -- New Cadet Barracks at the United States Military Academy, West Point, NY. - Amendment 3

Notice Date
12/7/2012
 
Notice Type
Modification/Amendment
 
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-13-R-0001
 
Response Due
12/6/2012 2:00:00 PM
 
Archive Date
5/1/2013
 
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
Preproposal Conference Sign-in Sheet Preproposal Conference Slides C-SK01 Amendment 0003 The U.S. Army Corps of Engineers, New York District intends to issue a design-build request for proposal (RFP) for the design and construction of the New Cadet Barracks at the United States Military Academy, West Point, NY. The project includes construction of a barracks for 650 Cadets, approximately 287,000 gross square feet. Primary facility includes two-person rooms; battalion support area; latrines and showers; laundry, trash/recycling, storage, day, and study rooms; building information systems; and offices for Tactical Officers, Tactical Noncommissioned Officers, and duty orderlies. The facility will house self contained mechanical infrastructure. Provide fire protection and alarm systems; building information systems; connect to an energy monitoring control system (EMCS). Supporting facilities include utilities; exterior lighting; paving, walks, curbs, and gutters; storm drainage; information systems; site improvements; an access road; an access control point; a formation/staging area. Antiterrorism measures are included. Sustainability/Energy Measures will be provided. Heating and air-conditioning will be provided by a central plant. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for building standards will be provided. Comprehensive interior and furnishings related design services are required. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelop and integrated building systems performance. The North American Industry Classification System (NAICS) code is 236220 The target price (including design, construction of base and all optional items) is $170,000,000. The anticipated period of performance for this acquisition is 1,200 calendar days from the date the contractor receives the Notice to Proceed (NTP). This solicitation is a full and open procurement for both large and small business concerns. In accordance with Federal Acquisition Regulation (19.1307(b)), this project requires the HUBZone 10% price evaluation preference. The acquisition process that will be used is a design-build, one-step, best value trade-offs procurement. The proposal process will consist of the following: Solicitation will be issued for one step procurement on/or about 06 November 2012. A pre-proposal conference will be held at West Point on/or about 03 December 2012. Proposals will be due on/or about 19 December 2012. The source selection will be based on Offeror's technical, price and small business utilization plan. Technical factors will include; schedule/planning, technical approach, past experience/performance, and the Offeror's management team. All technical factors are weighted equally. All evaluation factors, other than price, when combined, are considered approximately equal in importance to price. The small business participation plan will be rated separately. Award is anticipated by February 2013. Detailed information regarding the selection criteria and requirements for this procurement will be provided in the solicitation. 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. 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 be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. 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, specifications, and amendments. Check 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 36.2 and DFARS Subpart 236.2 mandate the use of Construction Contractor 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 was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email: matthew.lubiak@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-R-0001/listing.html)
 
Place of Performance
Address: United States Military Academy, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN02944763-W 20121209/121207234106-837363ed26439570d26b284dda0d9b09 (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.