SOLICITATION NOTICE
Y -- Y-Pre-Solicitation Notice to Bidders for 1st BCT Transformation Phase 1 at Fort Drum, New York
- Notice Date
- 10/24/2006
- 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-07-R-0002
- Response Due
- 12/8/2007
- Archive Date
- 2/6/2008
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) to award a firm fixed price contract for the design and construction (design-build) of the 1st BCT Transformation Phase 1, Fort Drum, New York. Design a nd construction shall comply with the specifications and requirements contained in the RFP. The design and technical criteria contained and cited in the RFP establish minimum standards for design and construction quality. The completion period is 540 calen dar days from Notice to Proceed (NTP). This procurement is being solicited as UNRESTRICTED, full and open competition to all business concerns and issued pursuant to the Small Business Competitiveness Demonstration Program with price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4. The applicable NAICS code is 236220 with a Small Business Size Standard of $31,000,000.00. The estimated price range is $30,000,000-$50,000,000 and a bid bond is required with sub mittal of the proposal. The request for proposal requires separate technical; price and subcontracting (for large businesses) volumes to be submitted which will be evaluated based on FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures for aw ard of the project. Firms are encouraged to JOINT VENTURE if necessary. The scope of work for the RFP includes the design and construction of (3) company operation facilities, consisting of a 2-company facility of 28,926 SF, a 3-company facility of 42,53 2 SF, and a 6-company facility of 86,009 SF. These facilities shall provide new company operations facilities for a total of 1700 soldiers, including administration spaces, readiness modules, equipment storage, support modules and support facilities at Fo rt Drum. This is phase 1 of a 2-phase project. The project will include connection to Energy Monitoring and Control System (EMCS). Supporting facilities include water, sanitary sewer, electric, gas, storm drainage, information systems, paved drives, POV parking, lighting, sidewalks, paving, signage, landscaping, and site improvements. Antiterrorism/force protection will be provided by resistance to progressive collapse, special windows and doors, and site measures. Access for individuals with disabilitie s will be provided in these facilities. Heating and air conditioning will be provided by self contained units. Air Conditioning (Estimated 150 Tons). The total gross square footage of new construction (as calculated per TI 800-01) will be 158,121 GSF. The successful Offeror must design and construct complete and usable facilities, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offerors ability t o meet the Governments requirements at the lowest price. Price proposals will be evaluated on price only. Price will not be scored, but will be evaluated for fairness and reasonableness through the use of price analysis. Offerors must demonstrate a thorou gh understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. The criteria for techn ical evaluation factors for this effort shall include: Factor 1 Past Experience of the Offerors Team - The Offeror will demonstrate past experience of both design and construction by providing recent and relevant Design-Build Experience and/or Design-Bid -Build Experience or any combination of the two. Factor 2 Past Performance of Offerors Team- The Offeror as a Design Build Team shall demonstrate at a minimum satisfactory performance and evaluation information, including timely completion of punch list and warranty work, for the projects submitted. Factor 3 Qualifications of the Offerors Team - The Offeror shall identify the areas and percent of constructi on they intend to self perform and the areas and percent they intend to subcontract along with the names. Also, they shall provide an organization chart and key personnel for the Offerors Design-Build Team. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE M ADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED however, the Government reserves the right to enter into discussion if deemed necessary, and if discussions are conducted, the Offerors within the competitive range will be afforded th e opportunity to revise their proposal. Large business concerns must submit as part of their proposal a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52-219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for award of the contract. The submission of the subcontracting plan is in no way advantageous to large businesses over any small business in the evaluation process. The small business subcontracting goals for this procurem ent is 51.2% of the total subcontracting dollar value. Of that 51.2%, 8.8% should be placed with Small Disadvantaged Businesses, 7.3% with Women Owned Small Businesses, 3.1% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 3% with Service Disabled Veteran Owned Small Businesses. The solicitation will be released on or about 8 November 2006. Proposals will be due on or about 8 December 2006, 1400 hours local time. The media selected for the issuance of the solicitations and amend ments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitati on and amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with Central Contract or Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system called Federal Technical Data System Fedteds (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-r elated information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov). There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. A hyperlink posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Utilization of the Internet is the preferred method; however, CDs will be available upon written request stating the solicitation number, project name, complete company name and street address (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 $15.00 to USACE, NY District. Che cks should be sent to U.S. Army Corps of Engineers, 26 Federal Plaza, Room 1843, New York, New York 10278. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. To be eligible for award pr ospective 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 registration and annual confirmation requirements may be obtained by calling 1-888 -227- 2423 or via the Internet at http://www.ccr.gov. The Contract Specialist for this procurement is Renee George. She may be reached by phone at (917)-790-8177 or fax at (212)264-3013.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN01170059-W 20061026/061024225750 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |