Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358

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

Y -- FY99 SAF OMA RENOVATION TO LEE BARRACKS, BLDG. 740, US MILITARY ACADEMY, WEST POINT, NEW YORK SOL DACA51-99-R-0023 DUE 071299 POC Perl Cadawan-Dockett, (212)264-4306 Project: FY99 SAF Renovation to Lee Barracks, Bldg. 740. Location: U.S. Military Academy, West Point, NY. The New York District is seeking to secure a firm fixed-price construction contract to provide for the complete renovation for the FY99 SAF Renovation to Lee Barracks, Bldg. 740 at the United States Military Academy, West Point, NY. This plan defines the procedure the Evaluation Committee shall use to evaluate proposals. The SIC Code is 1522. This procurement is UNRESTRICTED. Proposals from all qualified small business concerns are invited. The small business size standard is no more than $17 million in 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, "Small Business Subcontracting Plan", regarding the requirement for a subcontracting plan. Estimated construction value is between $5,000,000 and $10,000,000. Completion date is approximately 180 calendar days from issuance of Notice to Proceed. Plans and specifications will be available on or about 14 June 1999. Proposals are due on or about 12 July 1999, 5:00PM local time. The NON-REFUNDABLE cost of the Plans and Specifications package is $70.00 per set. Make check or money order payable to "USAED, New York". Parties requesting the Plans and Specifications package must do so in writing, stating the solicitation number, project name, complete company name and street address (we will NOT deliver to PO 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, NY; Brown's Letters, 1167 McBride Ave., West Paterson, NJ 07424; F.W. Dodge, 148 Princeton Hightstown Road, Highstown, NJ 08520; West Point, U.S. Army Engineer District (New York), Bldg. 667A, USMA, West Point, New York 10996. SCOPE OF WORK: Includes repairs to the roof, structural concrete and slabs, exterior masonry, exterior doors and windows, site work, interior finishes, cadet rooms, latrines, mechanical and ventilation systems, plumbing, fire suppression and alarm systems, electrical telecommunications and upgrade to the existing elevator. CONTRACT DESCRIPTION AND ADMINISTRATION: This contract is a firm-fixed-price contract. The New York District will make one award. The expected contract duration is 180 calendar days. After award, the administration of this contract will be through the Construction Division, West Point Area Office located at the United States Military Academy, West Point, NY. ACQUISITION STRATEGY: The Government will use a best value selection approach for this source selection. The Government reserves the right to make an award without discussions. The successful offeror must, therefore, submit 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 through understanding of project requirements and a commitment to excellence in all aspects of project execution. This source selection may result in award being made to a higher rated, higher priced offeror where the decision is consistent with the evaluations 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 response to this solicitation in accordance with the evaluation factors established within the solicitation. A site visit will also be scheduled for the offerors prior to submittal of proposals, at which time offerors will be allowed to examine the site. The SOLICITATION specifies a specific format for submittal of the Proposal. ALL RESPONDING OFFERORS WILL BE EVALUATED BASED ON THE FOLLOWING EVALUATION FACTORS: (PAGE LIMITS FOR VOLUME I IS NOT TO EXCEED 100 SINGLE PAGES. RESUMES ARE NOT INCLUDED IN THE PAGE COUNT.) 1.Management Approach: 1a. Management Plan. 1b. Key Personnel. 2. Offeror Past Experience. 3. Offeror Past Performance. 4. Technical Approach. 4a. Master Plan. 4b. Master Schedule. 5. Subcontracting Plan. 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. Offeror's will be required to submit five (5) sets of Technical Proposal, three (3) sets of Pricing Proposals and five (5) sets of Subcontracting Plans. 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 offerors 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 hhtp://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 for HUBZone offerors meeting the evaluation preference criteria) Posted 05/28/99 (W-SN337174). (0148)

Loren Data Corp. http://www.ld.com (SYN# 0119 19990602\Y-0019.SOL)


Y - Construction of Structures and Facilities Index Page