MODIFICATION
Y -- Construct Fire Station, Joint Base-McGuire-Dix-Lakehurst, New Jersey - Solicitation 1
- Notice Date
- 6/3/2015
- 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-15-R-0010
- Response Due
- 7/2/2015 2:00:00 PM
- Archive Date
- 9/30/2015
- Point of Contact
- Loretta E Parris, Phone: 917-790-8182
- E-Mail Address
-
loretta.e.parris@nan02.usace.army.mil
(loretta.e.parris@nan02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W912DS-15-R-0010 SOLICITATION APPENDICES.PDF W912DS-15-R-0010- SOLICITATION TECHNICAL SPECIFICATIONS W912DS-15-R-0010 SOLICITATION Contracting Office Address: U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, N.Y. 10278-0090 The U.S. Army Corps of Engineers, New York District intends to issue a 2 Phase (Step) Request For Proposal (RFP), design-build solicitation package seeking to award a low-price, technically-acceptable, firm-fixed price contract, for the construction of a new satellite fire station. This Design-Build solicitation is for the design and the construction of a new satellite fire station. The scope includes the construction of a one company, 845 SM, satellite fire station, including the apparatus bays; residential/sleeping areas; kitchen and dining area, administration areas; a training area; information systems; fire protection and alarm systems. Supporting facilities shall include site development, utilities and connections, septic system, fire water storage tank, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Heating and air conditioning will be provided as self contained systems. This project will be acquired as a 100% Small Business set-aside via the Lowest-Price, Technically-Acceptable (LPTA) method in accordance with FAR Part 15.101-2. It is anticipated that the RFP will be issued on or about 16 May 2015 and the proposals will be due on or about 30 days later. The evaluation criteria will be as follows: Factor 1- Specialized Past Experience of the Offeror's Design-Build Team (this includes both the Contractor's and his Design's Team experience); Factor 2 - Past Performance of Offeror' Team. The Step 1 offers will be evaluated independently against the RFP criteria and the proposal will be rated as outlined in the RFP package. The Government will determine the (up to) top five best qualified firms and ask that they submit a Phase (Step) 2 Proposal. The Phase 2 Proposal will consist to responding to the RFP criteria for Factor 3 - Qualifications of the Offeror's Team and the Price Proposal. The evaluation criteria details will be further discussed in the RFP solicitation. The Government will award a firm-fixed-price contract to the responsible Offeror whose Phase 1 and Phase 2 proposals are technically acceptable and whose offer is the lowest price. The period of performance for this project is 540 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction. The small business size standard for this code is $36,500,000. The magnitude of this construction is between $5,000,000.00 and $10,000,000.00. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are 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 (FedBizOps), 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 FedBizOps 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 www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors for downloads for 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 Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Contractor Performance Assessment Reporting System (CPARS) is a web-enabled application the supports the completion, distribution and retrieval of all contract performance evaluations. Contractor Representatives are responsible for reviewing and commenting on evaluations submitted on the Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.gov/index.htm. 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. The technical evaluation criteria will cover (1) Recent, Relative & Similar Past Experience Projects; (2) Past Performance and (3) Qualifications of the Offeror's Team's Key Personnel. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Loretta Parris, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8182. Fax: (212) 264-3013 or via email Loretta.e.parris@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-15-R-0010/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
- SN03752144-W 20150605/150603235424-ffef41d00bb33ede798c300a9e3b4d11 (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 |