Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610

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

Y -- VISITING QUARTERS, MCGUIRE AFB, WRIGHTSTOWN, NEW JERSEY SOL DACA51-00-R-0017 DUE 070700 POC Michael McHugh, 212-264-5995 Project: Visiting Quarters, McGuire AFB, New Jersey. The point of contact for general questions with regard this acquisition is Michael McHugh, telephone (212) 264-5995, facsimile (212) 264-3013 and the point of contact for technical questions concerning the specifications is Robert Philbrick, telephone (212) 264-9102/03, facsimile (212) 264-6494. The New York District is seeking to secure a firm fixed price contract for the design/build of a new Visiting Quarters at McGuire AFB, New Jersey. The Government will use the Lowest Price Technically Acceptable Proposal approach to this acquisition. That is, once an offeror has met the minimum technical qualifications, award will then be based on lowest confirmable price. The Government reserves the right to limit the competitive range to the five highest rated technical proposals. This request for proposal (RFP) provides for the design and construction of a facility of an approximately 3,850 sq. meters to house short and long term transient personnel (with comfort through finishes and amenities equal to a commercial, medium grade, private hotel). The 3-story building will contain 90 living/bedroom units with a contract option to provide approximately 12 additional units, public lobby, storage/supply spaces, public toilets, fitness room, laundry and housekeeping facilities, vending area, stairs, mechanical, electrical and communication spaces. The exterior will be fa ade will be brick and cast stone with a standing seam metal roof. The facility and guestrooms will be heated and cooled with a four-pipe system. These systems will in turn be connected and fed respectively by the existing high temperature hot water system and chilled water systems. The work also includes the design and construction of supporting facilities and utilities: electrical service; fire protection and alarm systems; paved parking for approximately 59 cars and associated vehicular and pedestrian access and circulation, storm drainage, information systems, and other site improvements such as landscaping. The site is currently occupied by soccer field and baseball fields, which must be demolished as part of this work. In addition to the new VQ, a new soccer field will be constructed on the land adjoining the VQ and new baseball fields constructed or revitalized elsewhere on McGuire. The Government intends to issue the plans and specifications on CD-ROM for which the NON-REFUNDABLE cost is $5.00. Parties requesting the plans and specifications must do so in writing, stating the solicitation number, project name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area codes) addressed to New York District U.S. Army Corps of Engineers, Contracting Division, 26 Federal plaza, Room 1843, New York, New York 10278. Make checks payable to "FAO, COE, USA, ED New York". Plans and Specifications may be examined at the following locations: 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; and McGuire AFB resident Office, Resident Engineer, U.S. Army Engineer District, New York, 2404 Tuskegee Airmen Avenue, McGuire AFB, NJ 08641. Telephone (609) 724-8141 or USAED-NY Area Engineer, 1 Main Street, Suite 403, Eatontown, NJ 07724, Telephone 908.389.3040. The SIC code for this acquisition is 1522. This acquisition is UNRESTRICTED, i.e., there is no size requirement for firms submitting proposals. If a large business submits a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. To qualify as a small business, the size standard is no more than 17 million dollars in gross revenues per year as averaged over the last three years. Estimated value of the project is between $10,000,000 and $15,000,000. Completion date is approximately two years from the issuance of the Notice To Proceed. The solicitation package will be available on or about 7 June 2000. Proposals are due on or about 7 July 2000. 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 for the conference will be included in the solicitation. The Government, at its discretion, may award a contract on the basis of initial offers received, without discussions, therefore an offeror's initial proposals should contain the offeror's best concept and innovative approach from a technical and pricing viewpoint. Although the Government has determined architectural and site solutions and offerors must meet these and all other solicitation requirements, it has left the final solution for the foundations, structural, electrical, telecommunications and mechanical systems to the designer. The Government is seeking any innovative ideas to achieve the design-build objectives. Details on proposal submission will be included in the solicitation. All responding offerors will be evaluated based on the following evaluation factors: FACTOR 1 Facility Design and Engineering Systems; FACTOR II -- Past Experience; FACTOR III -- Past Performance; FACTOR IV Qualifications; FACTOR V Comprehensive Quality Control Plan; FACTOR VI Performance Schedule; FACTOR VII -- Subcontracting Plan. With respect to Factor VII, 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 participate in its small business activities. In line with the emphasis of the program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small business concerns, Small Disadvantaged business concerns, Women Owned business, Very Small Business Concerns, Historically Underutilized Business Zones (HUBZONES), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI). The offeror is required to participate in the program by soliciting subcontracting bids from such firms. In accordance with FAR 15.305-2(v), Proposal Evaluation, the evaluation shall include the past performance of offerors in complying with subcontracting plan goals for small disadvantaged business (SDB) concerns, monetary targets for SDB participation, and notifications submitted under 19.1202-4(b). A contract will not be awarded until the Contracting Officer has determined (with advice from the U.S. Small Business Administration (SBA)) that the offeror's subcontracting plan provided maximum practical opportunities for the above listed categories to participate. 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, large business concerns are 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 will be required to discuss its subcontracting plan with the Small and Disadvantaged Utilization Specialist (SADBUS) and SBA. Therefore, the offeror is required to submit a subcontracting plan in conformance with all aspects of FAR Subpart 19.7. In addition, FAR52.219-16 Liquidated Damages-Allows Liquidated Damages to be assessed for failure to fully implement the subcontracting plan during the life of the project. Offerors that are Small and Small Disadvantaged Businesses are not required to submit a Subcontracting Plan; however, firms meeting the definition of small business and SDB shall maximize subcontracting opportunities with other small businesses and SDB's. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR), whereby prospective contractors must be registered in the DOD CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at <http://www.ccr2000.com>. Posted 05/25/00 (W-SN458977). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0133 20000530\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page