SOLICITATION NOTICE
Y -- Design and Construction of the Upgrade and Repair of Building 98 an Existing Three Story Domitory at Thule Air Base Greenland
- Notice Date
- 12/21/2016
- Notice Type
- Presolicitation
- 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-17-R-0003
- Point of Contact
- Loretta E Parris, Phone: 917-790-8182, Matthew Lubiak, Phone: 917-790-8089
- E-Mail Address
-
loretta.e.parris@usace.army.mil, matthew.lubiak@usace.army.mil
(loretta.e.parris@usace.army.mil, matthew.lubiak@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Note: This solicitation and award is restricted in accordance with 10 U.S.C. 2304 (c) (4) International Agreement, to Danish and Greenlandic firms ONLY. The U.S. Army Corps of Engineers, New York District, CENAN-CT, 26 Federal Plaza, Room 1843, New York, N.Y. 10278-0090 The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP), design-build solicitation package seeking to award the lowest price, technically-acceptable, firm-fixed price contract, for the design and construction of the upgrade and repair of Building 98, an existing three-story dormitory at Thule Air Base, Greenland. The facility will be renovated while basically keeping the existing room configuration to accommodate 48 personnel. The work encompasses a roof repair, repair of exterior walls, and the complete renovation of the interior finishes and fixtures, to exclude replacing interior walls. Interior renovations include the minor remodel of the first floor into nine, 587 GSF studio configuration modules, with each module consisting of a living room, bedroom, and bathroom. The second and third floors configuration will remain single room with a partially shared bathroom between two bedrooms and a 294 GSF per module. Each floor will have renovated common and laundry rooms. An addition to the facility will be included for and will accommodate mechanical room space, circulation and a common kitchen and dining area. The existing facility is old so asbestos abatement will be involved, the building. is steel frame with a metal roof. The project will add a new fire protection system, utilities, electrical & communication systems and an energy efficient heating and ventilation system. The construction season is short at Thule Air Base. General Conditions at Thule Air Base are as follows: the location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule's location demands that all supplies & personnel must be shipped and/or transported, in or out, via air and/or sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet. Average winter temperature is 20 -30 degrees F below zero while average summer temperature is 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. The solicitation will be a two (2) phase lowest price technically acceptable (LPTA) solicitation. The first phase will include technical factors for the Offerors to propose on from which the Government will determine the (up to) top 5 qualified firms and invite them to participate in the second phase. The top 5 Offerors from Phase 1 will then submit their Price Proposals and additional Technical Proposals for Phase 2. Anticipate the Phase 1 requirements to be posted electronically on or about 05 Jan 2017 via the Federal Business Opportunity Website at www.fbo.gov, with a submission of qualifications on or about 30 days later. Any and all amendments shall be likewise posted. Qualifying firms will be invited to participate in Phase 2. Offerors will be given an additional 45 days to price the project and submit any additional Technical Requirements specified. A contract award is anticipated by April 2017. Hard copies will not be available. It is the contractor's responsibility to monitor the Federal Business Opportunity web-site for any amendments. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/sam/ Award will be made to the lowest price technically acceptable responsible Offeror. It is anticipated that the RFP will be issued on or about 05 January 2017 and the proposals for Phase One will be due on or about 30 days later. For Phase One - The evaluation criteria will be as follows: Factor 1- Past Experience, Factor 2 - Past Performance and for Phase Two Factor 3 -Qualifications of the designer's team members, including the project manager, as well as the qualification of the site superintendent during construction. Detailed description will be addressed in the solicitation. Also, Price Proposal will be in Phase Two. The period of performance for this project is approximately 720 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 magnitude of this construction is between $10, 000,000.00 and $13,000,000.00. The North American Industry Classification System (NAICS Code is 236220. 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.fbo.gov. 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 36.3 and DFARS Subpart 236.2 mandates the use of Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at https://www.cpars.gov/index.htm. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: 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. or via email Loretta.e.parris@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-R-0003/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Contracting Division, Room 1843, New York, New York, 10278-0090, United States
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN04357974-W 20161223/161221235215-2172f16c9518f1541905602b9655c565 (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 |