Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515

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

Y -- INDEFINITE DELIVERY/INDEFINITE QUANTITY TYPE WORK PLAN CONTRACT WITH TIME AND MATERIALS PROVISIONS FOR INVESTIGATION AND REMEDIATION,REHABILITATION OF VARIOUS FACILITIES WITHIN THE NY DISTRICT BOUNDARIES, PRIMARILY AT USMA, WEST POINT, NEW YORK SOL DACA51-00-R-0001 DUE 022900 POC Ina J. Ohrwashel, Contract Specialist 212-264-0154 Indefinite Delivery/Indefinite Quantity Type Work Plan Contract with Time and Materials Provision for Investigation and Remediation/Rehabilitation of Various Facilities within the New York District Boundaries, primarily at USMA, West Point,New York. Description: A design build contractor will be selected for the investigation and remediation of various buildings at USMA, West Point, New York for water infiltration associated deficiencies. The goal of this contract is to provide USMA with a competent team to address various water related problems as they occur on an indefinite delivery order basis. The Contractor may consist of Architect/Engineers, Contractors or Construction Management Type firms. The lead firm does not have to be a Contractor. The solicitation will be structured to select a team capable and experienced in forensic testing/investigation of water related problems associated with various structures including historic structures and capable of providing a remediation plan (work plan) and/or design in a timely manner for the approved remediation measure. Upon acceptance by the Government a work order will be issued to the contractor for implementation of the remediation plan as a construction project. A majority of the structures are masonry clad with various roof types and large parapet roofs. The contract will be utilized as a rapid response tool to the various water infiltration problems at various academic, residential, administrative, and industrial HISTORIC type facilities throughout USMA. The Contractor will be required to have capabilities to perform in-depth forensic testing and investigate all sources of water infiltration, including, but not limited to roof systems, wall systems, masonry building facades, windows, doors, other roof and wall penetrations, flashing issue, subsurface (foundation, slab, on-grade, etc) and any other source of water infiltration problems. The Contractor will be required to respond to USMA in a expeditious manner after receipt of a Notice to Proceed for each task order and may be required to work on multiple delivery orders simultaneously. The contract will consist of one base year with a maximum capacity of $3,000,000 and four (4) option years at $3,000,000 each. The minimum guarantee for the base year is $60,000 and $30,000 for each of the option years. A Two Phase DESIGN-BUILD Selection Procedure in accordance with FAR 36.3 will be used to select the Contractor for this contract. Phase One qualification is open to all interested firms. After qualification statements for Phase One are submitted, an evaluation committee will select a maximum of five (5) offerors to participate in Phase Two. The solicitation for Phase Two will consist of an RFP and will request a more detailed technical proposal including a separate price and subcontracting proposal. The following evaluation factors will be used to select firms under Phase One: (Factors are listed in descending order of importance): (1) Specialized and recent experience with similar projects in type and nature (2) professional expertise and technical competence (3) past performance (4) understanding of historic preservation procedures (5) ability to provide a multi-disciplinary team for work at USMA. Offers selected under Phase One will prepare and submit their technical and price qualification packages in accordance with the RFP for Phase Two. This package will consist of a more comprehensive presentation of the offeror's proposed management structure, technical expertise, quality control plan, past performance, proposed labor rates for the time and material provision for various disciplines and a proposal for a hypothetical work order that will be described in the RFP. The Phase Two RFP will be available via the internet as well as from Contracting Division. To obtain submit a written request to Ina J. Ohrwashel, Contracting Division, Room 1843. The Phase One Qualification statement shall be no more than 50 pages. Five (5) copies of Qualification package shall be submitted to Ms. Ina Ohrwashel, Room 1843 26 Federal Plaza, New York, NY within a prescribed time. Any technical questions contacted Jeff Friese at -914-938-2116, West Point, Area Office Any changes to the request for qualification statement will be posted on the web site. There will be a nonrefundable charge for the Phase II solicitation documents. The cost will be determined at a later date. This project is UNRESTRICTED and all qualified firms are encouraged to submit. The SIC number for this project is 1542. DFARS 252.204.7004. "Required Central Contractor Registration" (CCR) applies to this solicitation. To be eligible for an award, contractor is required to register with CCR. For more information about registering, contact: http://ww.ccr.edi.disa.mil; or http://www.acq.osd.mil/ec; by calling the Electronic commerce Information Center at 1-800-334-3414. If a large business is awarded this project a sub-contracting plan is required that includes, small disadvantaged, women-owned, and hub zones. Posted 01/11/00 (W-SN414807). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0108 20000113\Y-0006.SOL)


Y - Construction of Structures and Facilities Index Page