Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

Y -- DESIGN-BUILD ADDITION TO BLDG NO. 1210, FORT MONMOUTH, NEW JERSEY SOL DACA51-99-R-0022 DUE 072399 POC Anthony P. DeStefano, Contract Specialist, 212-264-6706 Project: Design-Build addition to Building 1210, Software Engineering Center, Location: Fort Monmouth, New Jersey. The New York District is seeking to secure a firm-fixed-price contract for the design/build of an addition to building number 1210 (Software Engineering Center) at Fort Monmouth, New Jersey. The Government reserves the right to limit the competitive range to the five highest rated technical proposals. Additionally, the Government reserves the right to award without discussions. This project consists of the engineering, design and construction of an addition to building 1210 at Fort Monmouth, New Jersey. The new addition to the Software Engineering Facility will be constructed with a limited access laboratory area and a secure area built to Sensitive Compartmented Information Facility (SCIF) specifications. The project includes common support areas, computer labs with special temperature and humidity control, remote non-SCIF laboratories including a high-bay shop, a storage area with a receiving and loading dock, and other functional areas for support of Mission Control Defense Systems (MCDS). Supporting facilities include utilities; electric service; un-interruptible power supply; emergency generator; fire protection and alarm systems; paving, walks, curbs and gutters; perimeter fencing and gates; storm drainage; information systems; and site improvements. The SIC Code for this acquisition is 1542 with a size standard of $17 million in average annual gross revenues. This acquisition is UNRESTRICTED. If a large business intends to submit a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The estimated value of the project is between $5,000,000.00 and $8,000,000.00. The estimated completion date of construction is approximately 485 days from the receipt of the Notice to Proceed. Plans and specifications will be available on or about 9 June 1999. Firms interested in proposing on this project are requested to affirm their interest by submission of a letter of interest to the address listed below. Proposals are due on or about 23 July 1999. The NON-REFUNDABLE cost for plans and specifications is $25.00 and must be mailed to the New York District, U.S. Army Corps of Engineers, 26 Federal Plaza, Room 1843, New York, NY 10278. Make checks or money orders payable to "U.S. Army Corps of Engineers, NYD". Parties requested the plans and specifications must do so in writing, stating the solicitation number, project name, complete company name and full street address (we will not deliver to post office boxes), telephone numbers and facsimile number, including area codes. Plans and specifications may be examined at the following locations: 26 Federal Plaza, Room 1831, New York, NY; Brown's Letters, 1167 McBride Avenue, West Paterson, NJ 07424 and F.W. Dodge, 148 Princeton-Hightstown Road, Hightstown, NJ 08520. A formal site visit and pre-proposal conference will be conducted approximately two weeks after the release date of the solicitation. Location and contact points will be included in the solicitation. The New York District anticipates a single award of the contract using the single phase selection process based on the best value to be obtained by the government. The best value approach involves a trade-off between price, and price related factors, and technical capability. Since the Government reserves the right to make an award without discussions, initial proposals should contain the offeror's best concept and innovative approach from a technical and pricing standpoint. While offerors must meet the solicitation requirements, the Government has no preferred solution or technical approach for this project. The Government is seeking any innovative and conceptual ideas to achieve the design-build objective. The offerors may propose techniques, methods, enhancements/betterments, which they feel are the best approach for designing and building the facility. Offerors should not feel constrained and should present any alternative or approaches they deem appropriate, thatwill enhance the Government's consideration of their proposal. Technical and pricing proposals will be submitted in separate volumes. The solicitation will specify a specific format for submittal of the technical proposal (200 pages maximum, using 12 font print size). Any pages beyond the 200 page limit will not be reviewed/ considered/scored during the evaluation. Details on proposal submission will be included in the solicitation. The page limitation does not include certain attachments which will be disseminated in the solicitation. The Government will use a numerical rating system considering factors as follows: 1) Recent Experience. The factor rates the offerors submitted experience, including the submitted experience of any subcontractors, with past design-build and other similar projects within the last three years. 2) Past Performance. This factor rates the offerors submitted references, including the submitted references of any subconsultants, from owners from recent design-build and other similar projects within the last three years. 3) Subcontracting Plan. The Corps of Engineers 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 program requirements, and taking all reasonable actions to increase participation in its small business activities. In line with the emphasis on this program, the COE, new York District is particularly desirous of increasing subcontracting opportunities for Small Business Concerns, Small Disadvantaged Business Concerns and Women-Owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. In addition to locating simply small business sources, you are encouraged to locate competent Small Disadvantaged and Women-Owned small business concerns for your subcontracting opportunities in preparing your offer. You are further urged to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA's certified listing of socially and economically disadvantaged business concern in the vicinity in which the work is to be performed. Therefore, the following instructions and provisions apply to this solicitation: a) The successful offeror, if a large business, must submit a subcontracting plan within FIVE working days of notification of selection. The subcontracting plan must be in conformance with all aspects of FAR 19.7, b) a contract will not be awarded unless and until the Contracting Officer has determined (with advice from SBA) that the subcontracting plan provides maximum practical opportunities for Small, Small Disadvantaged and Women-Owned Small Business concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan, the Contracting Officer will evaluate all relevant factors inclusive of an offeror's past performance with respect to the offeror's having awarded subcontracts for the same or similar product or services to Small, Small Disadvantaged and Women-Owned small 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 Report) forms along with its offer. Subcontracting plans will be evaluated to ensure compliance with solicitation requirements and the public law. c)PRIOR to award, the successful offeror will be required to discuss its subcontracting plan with the Small and Disadvantaged Business Utilization Specialist (the"SADBUS"), the Contracting Officer, the Source Selection Authority and the SBA. d) FAR 19.706, Responsibilies of the Cognizant Administrative Contracting Officer, at subsection (b) states that "If the contractor does not comply in food faith with the subcontractingplan, the administrative contracting shall, upon contract completion, make appropriate recommendations that contracting officers 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. e) 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 the assessment of liquidated damages. 4) Engineering Systems. This factor rates the offeror's structural approach to the facility including type of construction, materials proposed, and the major building systems to be used. 5) Architectural Concepts. This factor rates how the offers proposed exterior and interior facility responds to the Statement of Work and how it relates to surrounding buildings and grounds. 6) Performance Schedule, worth 8%. This factor rates the offerors simplified bar chart of the proposed project schedule and the GANTT Chart of the proposed project schedule which includes elapsed design and construction time showing the major elements of design and construction events. The schedules will be evaluated based on comprehensiveness and realism, and 7) Construction Quality Control Plan. This factor rates the offerors submitted first draft of the Construction Quality Control Plan which includes the following items: a) Authorities: Describe the authority of the Quality Control Manager and all key Q.C. positions. b) Staff Qualifications: Describe the minimum qualifications required for each proposed position in the Q.C. organization. These requirements must be met when staffing up for design and construction. c) Tasks/Functions: Describe the tasks and functions of the quality control personnel. d) Inspection Procedures: Describe your basic procedures for the performance of quality control tasks. The construction of Q.C. plan must also address procedures for the various phases of construction inspection described in specification section "Contractor Quality Control". e) Reporting: Describe your procedures and policies for reporting quality control to the Contracting Officer. f) Tracking Systems: Describe your procedures for systems which track deficiencies in design or construction from identification by Quality Control (QC) or Quality Assurance (QA) through the correction re-inspection by QC and verification by QA. Simply noting deficiencies on a daily report is not a "tracking system". g) Design and Submittal Reviews: Describe your procedures and responsibilities for review of design documents, review of shop drawings which are extensions of designs and material submittals. Address the designer of record's role in this process. Describe your procedures for resolution of review comments from both your in-house personnel and from the government reviewers. h) Design Coordination: Describe your procedures for coordinating the design development between the designer, prime contractor and various subcontractors. i) Maintenance of As-Builts: Describe your procedures for maintaining up-to-date plans and specifications on the job site and for preparation and submittal of as-builts. j) Completion Inspection: Describe your plans and procedures for the contractors completion inspection prior to the joint inspection with the Government QA personnel. Attention is directed to DFARS Clause 252.204-7004, Requiring Central Contractor Registration. Effective 1 June 1999, contractors must be in the CCR database. Lack of registration in the CCR may render an offeror ineligible for award. Offerors must affirm, prior to award of the contract, that it is so registered. If not already registered, on-line instructions and registration are available by visiting the website at http://ccr.edi.disa.mil. This procurement is open to both large and small businesses, however, clause 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns may be applicable. (This clause allows a price adjustment factor for HUBZone offers meeting the evaluation preference criteria.) Direct questions to the Contracting point of contact for this acquisition is Anthony P. DeStefano at 212-264-6706, facsimile number 212-264-3013. The technical point of contact is William Bendick at 212-264-9098, facsimile 212-264-6494. Posted 05/26/99 (W-SN336135). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0132 19990528\Y-0016.SOL)


Y - Construction of Structures and Facilities Index Page