|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 Y -- ARVIN CADET PHYSICAL DEVELOPMENT CENTER, USMA, WEST POINT, N.Y.,
PHASE I SOL DACA51-99-B-0005 DUE 120898 POC Michael McHugh,
212-264-5995 Project: Arvin Cadet Physical Development Center, Phase 1.
Location: U.S. Military Academy, West Point, NY. The New York District
is seeking to secure a fixed firm price construction contract through
the submission of proposals to provide for the demolition and
installation of utilities for the FY 99 MCA Arvin Cadet Physical
Development Center, Phase 1 at the United States Military Academy, West
Point, NY. The Government reserves the right to limit selection to the
four highest rated proposals and also reserves the right to award
without discussions. This is the first Phase of a three-phase
multi-million dollar project that will provide the United States
Military Academy with a state of the art physical development center
for the Corps of Cadets. One award will be made. The SIC code is 1795.
This procurement is UNRESTRICTED. Proposals from all qualified small
business concerns are invited. The small business size standard is no
more than $7 million in gross revenues per year as averaged over the
last three years. If a large business intends to submit a proposal, it
must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan. Estimated construction value is between $8,000,000
and $12,000,000. Completion date is approximately 365 calendar days
from issuance of Notice to Proceed. Plans and Specifications will be
available on or about 6 November 1998. Proposals are due on or about
5:00pm, 8 December 1998. The NON-REFUNDABLE cost of the Plans and
Specifications package is $100.00 if the Government issues the plans
portion on cd-rom or $300.00 if the Government issues the plans section
in hardcopy. The specifications will be in paper format. Because the
Government has not made a final determination as to the format,
interested parties should send a check or money order in the amount of
$100.00. If the Government only issues by paper, contractors will be
given the option of sending in the additional $200.00 or getting a
refund of the initial $100.00. Refunds can take up to thirty days. Make
check or money order payable to "USA, COE, NED, FAO". Parties
requesting the Plans and Specifications package must do so in writing,
stating the solicitation number or project name, complete company name
and street address (we will NOT deliver to P.O. boxes), telephone and
facsimile numbers (including area codes). Plans and Specifications may
be examined at the following locations: This office at 26 Federal
Plaza, Room 1831, New York, N.Y.; Brown's Letters, 1167 McBride Ave.,
West Paterson, N.J. 07424; F.W Dodge, 148 Princeton Hightstown Road,
Hightstown, N.J. 08520; West Point, U.S. Army Engineer District (New
York), Bldg 667A, USMA, West Point, New York 10996. SITE VISITS: Two
formal site visits are scheduled for 18 November 1998 and 6 January
1999. Informal site visits are available starting 19 November 1998. ALL
site visits must first be coordinated through Mr. Nick Multari, the
Area Office, at 914-938-4701/3805. Description of Work: The scope of
work for Phase 1 includes the demolition of approximately 250,000 GSF
of the existing Arvin Cadet Physical Development Center while
maintaining operation of other portions of the facility. The scope of
work also involves the installation of new utility services, and
re-routing of existing utility services. The Government will use a best
value procurement method for this source selection. The successful
offeror must have submitted a clear and concisely written proposal that
gives the Government the greatest confidence in the offeror's ability
to meet the Government's requirements in an affordable manner. Offerors
must demonstrate a thorough understanding of project requirements and
a commitment to excellence in all aspects of project execution. Source
selection may result in award being made to a higher rated, higher
priced offeror where the decision is consistent with the evaluation
factors and where it is determined by the Source Selection Authority
that the technical superiority, overall business management approach,
and/or demonstrated past performance record of the higher priced
offeror outweighs the benefits of any price difference. The Source
Selection Authority, using sound business judgment, will base the
source selection decision on an integrated assessment of the proposals
submitted in accordance with the evaluation factors established within
the solicitation. The solicitation will specify a specific format for
submittal of the Proposal. This format is as outlined as follows. All
responding offerors will be evaluated based on the following evaluation
factors (the evaluation factors are listed in descending order of
importance): 1. Offeror's Past Experience and Performance. 2.
Management Approach. 3. Technical Approach. 4. Subcontracting Plan.
Volume I -- TECHNICAL PROPOSAL (PAGE LIMIT FOR VOLUME I NOT TO EXCEED
100 PAGES. PERSONNEL RESUMES ARE NOT INCLUDED IN THE PAGE COUNT.)
Factor I -- Offeror Past Experience and Performance: This volume will
contain the offeror's past experience and performance information. It
is the Government's intent to evaluate the quality, recency, and
relevance of each offeror's performance on four recent (within the past
five years) and relevant projects. In addition to the information
listed below, offerors are encouraged to provide any supplementary
information to assist the Government in developing confidence in their
ability to successfully complete this project on the basis of their
prior performance. For the purposes on Factor I, each offeror (includes
all subcontractors whose work is expected to exceed $2 million) must
provide a listing of all construction projects over $10,000,000
undertaken by the offeror awarded within the last five years (if more
than 15, list only the 15 most recent), including projects in progress.
Additionally, each offeror must identify for purposes of evaluation
four projects on the list that the offeror believes are the most recent
and relevant to this contract. Offerors without four projects meeting
the $10,000,000 threshold should submit the requested information for
the four most recent and relevant regardless of project value. Relevant
projects are those that are similar in nature and comparable in
magnitude. Phased building demolition projects in constrained site
conditions, installation of new utility systems while maintaining
existing utilities and facilities operational. For the four most
recent, relevant projects offerors will be asked to provide, among
other things, contract number if a Government contract; contract type;
statement of project's relevance; percentage of work subcontracted;
and copies of all interim and final performance ratings received. If
the Offeror is a joint venture, the experience of each member will be
considered in evaluating the Offeror's past experience. The persons
listed as points of contact or other representatives of their
organizations, as well as other sources, may be contacted by the
Government during the evaluation process. The Government may contact
offeror's customers to ask whether or not they believe: (a) that the
Offeror was capable, efficient and effective, especially in managing
subcontractors; (b) that the Offeror's performance conformed to the
terms and conditions of its contract; (c) that the Offeror was
reasonable and cooperative during performance; (d) that the Offeror was
committed to customer satisfaction and provided a quality product;
(e0that the Offeror completed the project(s) in a timely manner or is
making timely progress on on-going projects(s); (f) that the Offeror
negotiated fairly and in good faith. The Government may make its own
determination about which projects on which to base the evaluation of
quality of past performance. Additionally, although it is the
Government's intent to evaluate each offeror's performance on four to
five projects, the Government retains the right to evaluate a fewer or
greater number at its discretion. Factor II -- Management Approach:
This factor will address the offeror's management approach to the
project. Offerors should prepare this portion of the submission with
the objective of giving the Government confidence in their
understanding of the project and their ability to successfully manage,
plan and integrate activities for the complex and challenging aspects
of this contract. Sub-Factor 1 -- Management Approach: Management
Approach: Submit a management plan for this project to explain the
offeror's proposed overall management approach. The management plan
should include identification of key on-site personnel and their
qualifications, identification of major subcontractors (those
subcontractors whose work is expected to be over $2 million, and any
other information to assist the Government in developing confidence in
the offeror's ability to effectively manage the project within
quality, cost and schedule objectives. Sub-Factor 2 -- Key Personnel:
As a minimum, identified key personnel shall include the Project
Manager (overall manager of the project), Project Superintendent
(overall field manager responsible for construction), Quality Control
Manager (manager of field quality control personnel),Assistant
Superintendent/Subcontractor Manager (manager and coordinator of
subcontractors), Safety Manager (principal in charge of enforcing
safety codes), and Schedule Manager (or name of consulting firm in lieu
of in-house manager). Submit Resumes for each member of the management
team, which are being used on this project. The Offeror shall also
include a flowchart that shows the relationships between the key
personnel and define the specific authorities and responsibilities of
the key personnel. Substitutions of team members are subject to
approval by the Contracting Officer. If the Offeror does not currently
employ such personnel, the personnel must provide letters of intent.
Factor III -- Technical Approach: The Offeror shall submit an
integrated master plan and master schedule to describe the proposed
technical approach for executing the work. Offerors should prepare this
portion of the submission with the objective of giving the Government
confidence that they thoroughly understand the requirements and
complexities of this project, and that they have developed a well
thought out plan which integrates all related activities including
coordination with other contractors and government activities.
Sub-Factor 1 -- Master Plan: The integrated master plan is a step by
step description of the offeror's proposed approach for executing the
work. The plan should address project phasing, coordination with other
government contractors, methods of controlling costs and maintaining
schedule, and any other pertinent information to show that the offeror
thoroughly understands the project requirements and has a well thought
out plan for accomplishing the work within project quality, cost and
schedule objectives. The plan should consider and identify essential
government milestone activities that affect contractor progress.
Sub-Factor 2 -- Master Schedule: The master schedule is a summary level
schedule in bar chart or other format integrated with the master plan
and showing major work element sequencing/phasing in sufficient detail
to demonstrate that the proposed approach is well planned and is
reasonable and achievable. Consideration is given to the construction
period offered, methods of demolition to be used, type of equipment to
be used, scheduling system to be used, identification of critical
elements in construction (which, if delayed, can delay the entire
project), method of development of payment estimates from the progress
schedule and method of updating the progress schedule. The Offeror
must display a thorough understanding of the events associated with
coordinating submittals and time allowed for Government reviews.
Specific factors include: Sub-Item (1) Phasing Plan including specific
methods to maintain continuous services to the remainder of the
facility and contingency plans. Sub-Item (2) Proposed Completion Time.
Sub-Item (3) Milestone dates including proposed interruptions to the
rest of the facility for tie-ins, transfers to temporary services and
testing of new equipment. Sub-Item (4) Method of demolition and
disposal. Sub-Item (5) Method of providing early notification of
building service or operation interruption. Sub-Item (6) Identification
of potential restraints and time impacts. Volume II -- PRICE/COST
PROPOSAL AND PREAWARD SURVEY INFORMATION Pricing Schedule: The total
combined fixed price for Phase 1 of the Arvin Cadet Physical
Development Center will be provided in this volume. The pricing
schedule identified as Section 00010 will be completed and included in
this volume. This volume will not be scored, but will be evaluated in
relation to the other factors. The relative advantages and
disadvantages of the technical proposals, in addition to the price
proposals, shall be compared. Decisions shall be based on the Total
Offered Price, provided it has been determined that the price is
reasonable. The Government intends to award a contract to the
responsible Offeror whose proposal represents the best value after
evaluation in accordance with the factors and sub-factors in the
solicitation. All evaluation factors, other than cost or price, when
combined are significantly more important than cost or price. However,
the closer the technical scores, the more important price becomes.
Pre-award Survey Information -- Financial History. Volume III -- SMALL
BUSINESS AND SMALL DISADVANTAGED BUSINESS SUB- CONTRACTING PLAN (NO
PAGE LIMITS). The Corps of Engineers (COE) is responsible for
effectively implementing the small business programs within its
activities, including achieving program goals, and ensuring that
contracting and technical personnel maintain knowledge of Small, Small
Disadvantaged, and Women-owned small business requirements, and taking
reasonable actions to increase participation in its small business
activities. In line with the emphasis on the program, the COE, New York
District is particularly desirous of increasing subcontracting
opportunities for Small business concerns, Small Disadvantaged business
concerns and Women-Owned business concerns. If the Offeror is a large
business it is required to participate in the program by soliciting
subcontractor bids from such firms. In addition to locating small
business sources, the Offeror is encouraged to take action to locate
competent Small Disadvantaged and Women-Owned small business concerns
for its subcontracting opportunities in preparing its offer. The
Offeror is further urged to request such resources in the vicinity in
which the work is to be performed. A contract will not be awarded
unless and until the Contracting Officer has determined (with advice
from SBA) that the Offeror's subcontracting plan provides maximum
practical opportunities for Small disadvantaged business concerns and
Women-owned business concerns to participate in contract performance.
In determining the acceptability of the proposed plan, the Contracting
Officer will evaluate all factors inclusive of an offeror's past
performance with respect to the Offeror's having awarded subcontracts
for the same or similar products or services to Small disadvantaged
business concerns and Women-owned business concerns. In order to make
this evaluation, the offeror is required to submit its past SF 294
(Subcontracting Report for Individual Contracts) and SF 295 (Summary
Subcontract Reports) forms along with its offer. Prior to award, the
successful Offeror is a large business, it will be required to discuss
its subcontracting plan with the Small and Disadvantaged Business
Utilization Specialist (SADBUS) and SBA. FAR 19.706, Responsibilities
of the Cognizant Contracting Officer, at subsection (b) states that "If
the contractor does not comply in good faith with the subcontracting
plan, the administrative contracting officer shall, upon contract
completion, make appropriate recommendations that contracting officers
may use for future contracts.' Therefore, a determination by the
contracting officer, during or after completion of the project, that
the contractor did not implement its plan in good faith may result in
adverse recommendations with regard to the contractors future contract
opportunities. In addition, FAR 52.219-16, Liquidated Damages-
Subcontracting Plan, failure to fully implement the plan during the
life of the project may result in assessment of liquidated damages.
Posted 10/22/98 (W-SN264666). (0295) Loren Data Corp. http://www.ld.com (SYN# 0119 19981026\Y-0002.SOL)
Y - Construction of Structures and Facilities Index Page
|
|