SOLICITATION NOTICE
Y -- The new 2nd BCT Transformation Phase 1, at Ft. Drum, New York. Design and construction
- 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-0005
- Response Due
- 10/23/2007
- Archive Date
- 12/22/2007
- Small Business Set-Aside
- N/A
- Description
- This proposed procurement is an UNRESTRICTED PROCUREMENT WITH HUB ZONE PREFERENCE. Associated NAICS code is 236220 with a standard size of $31,000,000.00. 2nd BCT Transformation Phase 1 Fort Drum, New York is being advertised as a Request for Propos al (RFP). This request for proposal requires separate technical; price and subcontracting (for large business) proposals to be evaluated based on the FAR Part 15 Lowest Priced Technically Acceptable (LPTA) procedures for award of the project. The intent of the Government is to award a firm-fixed price contract for the design and construction (design-build) of the new 2nd BCT Transformation Phase 1, at Ft. Drum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. The design and technical criteria contained and cited in RFP establish minimum standards for design and construction quality. The estimated price range is $30,000,000-$50,000,000 and a bid bond is required with submittal of the proposal. The c ompletion period is 540 calendar days from Notice to Proceed (NTP). Firms are encouraged to JOINT VENTURE if necessary. Primary facilities include four new Battalion Headquarters totaling 73,358 SF, additions to three Brigade Headquarters totaling 28,452 SF and renovations to the three Brigade Headquarters totaling 33,750 SF and support facilities at Fort Drum. Information systems, fire protection systems and fire alarm control systems are included in the facilities. Project will include connection to En ergy Monitoring and Control Systems (EMCS). Supporting facilities include water, sewer, electric, gas, paving, walkways, storm drainage, site improvements and information units. Antiterrorism/force protection (AT/FP) measures include laminated glass wind ows with blast resistant frames, security lighting and site security measures. Accessibility for individuals with disabilities will be provided in public areas. Air Conditioning (Estimated 250 Tons). The successful Offeror must design and construct compl ete 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 to meet the Governments requirements at the lowest price. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. Price will not be rated; lowest price will be the basis of award to the succe ssful Offeror. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. The criteria for technical 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 Bu ild 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 identi fy the areas and percent of construction 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 A RE TO BE ADVISED THAT AN AWARD MAY BE MADE 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 t he competitive range will be afforded the opportunity to revise their proposal. Large business concerns must submit as part of their proposal a subcontracting p lan 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 advan tageous to large businesses over any small business in the evaluation process. The small business subcontracting goals for this procurement is 51.2% of the total subcontracting dollar value. Of that 51.2%, 8.8% should be placed with Small Disadvantaged Bus inesses, 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 3 November 2006. Prop osals will be due on or about 6 December 2006, 1400 hours local time. 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 the Inte rnet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendments if any will not be available or issued. Interested parties may download and print the solicitation a t no charge at h ttp://www.fedteds.gov. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system ca lled Federal Technical Data System Fedteds (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities ( www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequent ly. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. The Contract Specialist for this procurement is Albert Rumph. He may be reached at Albert .C.Rumph@nan02.usace.army.mil , phone number (917)-790-8078 or FAX number (212) 264-3013. The technical manager is Philip Favret and he can be reached at Phillip.M.Favret@nan02.usace.army.mil , or at phone number (917) 790-6133.
- 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
- SN01170060-W 20061026/061024225751 (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 |