Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2004 FBO #1080
SOLICITATION NOTICE

Z -- JOB ORDER CONTRACT (JOC) FOR THE SENECA ARMY DEPOT (CLOSED), ROMULUS, NEW YORK

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-05-R-0003
 
Response Due
12/28/2004
 
Archive Date
2/26/2005
 
Point of Contact
Edward Lew, 212.264.7740
 
E-Mail Address
US Army Engineer District, New York
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U. S. Army Corps of Engineers, New York District intends to issue an Request for Proposal (RFP) to award a five-year (one base year and 4 one-year options) firm fixed price Indefinite Delivery Job Order Contract (JOC) for the currently closed Sen eca Army Depot Military Installation, Romulus, New York. This requirement shall be restricted and set-aside to HuBZone small business concerns only, IAW FAR 19.1305. NOTE: NO JOINT VENTURE PARTNERSHIP/ENTITIES SHALL BE ACCEPTED OR ALLOWED TO PROPOSE FOR THIS REQUIREMENT GIVEN THAT THIS PROCUREMENT DOES NOT MEET THE REQUIREMENTS AS OUTLINED IN ACCORDANCE WITH TITLE 13, CHAPTER 1, PART 126.616 OF THE CODE OF FEDERAL REGULATIONS. The general scope of work of this contract shall be to provide all work, mater ials, supplies, parts (to include system components), transportation, plant, supervision, labor, and equipment, except when specified as Government-furnished needed to repair, or construct real property facilities at Seneca Army Depot, Romulus, N.Y. The c ontractor shall provide quality assurance as specified in strict accordance with all terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits to be outlined in the contract requirements, delivery orders awarded under the awarded contract, or incorporated by reference. The contractors work and responsibility shall also include all planning, programming, administration, and management necessary to provide repair, construction, and related service as ordered. The contractor shall be responsible for site preparation and cleanup, for the contact and for each delivery order issued under the contract. Further, the contractor shall provide related service such as preparing and submitting required reports, maintaining re cord drawings current from activities under this contract, performing administrative work, and submitting necessary information to be specified in the solicitation. The process for this award shall be in accordance with FAR Part 15.101-1 - Best Value Trad eoff Source Selection Process. This solicitation is not a competitive open bid and there will not be a formal public bid opening. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the s olicitation. The solicitation shall specify that it is the Government's best interest to consider an award to other than the lowest priced offeror or other than the highest technically rated offeror, permitting tradoffs among cost or price and non-cost fac tors, allowing the Government to accept other than the lowest priced proposal. Evaluation factors for this effort shall include: Contractor Specialized Past Experience, Past Performance, and the Management Plan (to include Team Resources, Management and Pe rsonnel, and Performance Capability). The proposals will be evaluated upon the analysis of the technical qualifications and consideration of the price proposed. The evaluation process essentially consists of three parts: proposal compliance review, technic al/quality evaluation, and final proposal revision (if necessary). Consideration shall be given to prices proposed. To be considered acceptable, offerors shall specifically address each of the evaluation factors set forth in the solicitation. Sufficient d etail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The proposal must clearly show that the offeror has an understanding of the work required and has the capability to accomplish the project in accordance with the project schedule. Bonding requirements are 100% Performance and Payment bonds per awarded task order. Additionally, an insurance certificate is required. The estimated value is capped at $5,000,000.00. The NAICS Code is 236220. The size standard is $28.5 Million. Plans and Specifications will be available on or about 11 Nov 04. Plans and Specifications may be examined at the fol lowing locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, Army Corps of Engineers, Bldg. 125, Seneca Army Depot, Romulus, New York 14541-0009. A site visit is planned and shall be scheduled. The date and time will b e provided in the solicitation. Proposals are due on or about 28 Dec 2004. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are th e Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contra cting). Minimum System Requirements are Pentium based personal computer, Microsoft Windows 9x or greater, 128MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any am endments and/or addenda that may be issued to this solicitation. Utilization of the internet is the preferred method, however, CD's will be available upon written request stating the solicitation number, or project name, complete company name and street ad dress (we will not deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to USAED, New York. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Regist ration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registrati on and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov/. All interested and qualified HUBZone small business concerns are encouraged to participate. Subcontracting to local businesses ar e encouraged as well. SEE NUMBERED NOTE(S) 27. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/W912DS-05-R-0003/listing.html)
 
Place of Performance
Address: SENECA ARMY DEPOT SENECA FALLS ROMULUS NY
Zip Code: 14541-0009
Country: US
 
Record
SN00705559-F 20041110/041108211902 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.