SOLICITATION NOTICE
Y -- Military Police Battalion Barracks, Fort Drum, NY
- Notice Date
- 2/22/2008
- 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-08-R-0013
- Response Due
- 4/8/2008
- Archive Date
- 6/7/2008
- Point of Contact
- Shaukat Syed, 917-790-8176
- E-Mail Address
-
Email your questions to US Army Engineer District, New York
(shaukat.m.syed@usace.army.mil)
- 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 contract for construction of facilities using a standard design to house soldiers of the installation Military Police Battalion. Primary fac ilities include barracks using standard designs. Information systems, fire protection systems and fire alarm control system will be included in the facilities. Work will include connection to a utility management and control system (UMCS). Supporting faci lities include water, sewer, electric, gas, paving, walkways, storm drainage, parking, and site improvements. Antiterrorism/force protection (AT/FP) measures include laminated glass windows with blast resistant frames, security lighting, and site security measures. Comprehensive building and furnishings related interior design services are required. Access for persons with disabilities will be provided in public areas. Air Conditioning will also be required (Estimated 340 Tons). Location is Fort Drum, New York. The duration of this project is approximately 540 calendar days. This procurement is being solicited as Unrestricted with HubZone Price Evaluation Preference. Procurement will be based on the Best Value Trade-Off process. The applicable NAICS COD E IS 236220 with a Small Business Size of $31.0 Million Dollars. The SIC CODE is 1522. The estimated cost range for this project is between $40 Million to $60 Million Dollars. The submission requirements are significantly more extensive then previous For t Drum solicitations and it is highly recommended that all offerors view the complete proposal submission and evaluation requirements (Section 00111: PROPOSAL SUBMISSION REQUIREMENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUI LD) on the following New York District website under W912DS-08-R-0013: The evaluation factors are as follows: Factor 1: Design Technical (Most Important Factor). The design-technical Factor consists of conceptual level presentation drawings, technical app roach narratives and information regarding material and system quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually un derstand whether or not the proposal meets or exceeds the minimum Solicitation requirements. Fully developed drawings, details, or specifications are not desired or required. The Offeror shall identify what it considers to be Betterments in its proposal for Subfactors 1-3. Subfactor 1: Quality of Building Systems and Materials (Most Important Subfactor). Subfactor 2: Building Functionality and Size (2nd Most Important Subfactor, slightly less important than Subfactor 1). Subfactor 3: Site Design (2nd Most Important Subfactor, slightly less important than Subfactor 2). Factor 2: Performance Capability (2nd Most Important Factor, slightly less important than Factor 1) Subfactor 1: Specialized Experience (Most Important Subfactor). The offeror shall sel ect the design firm(s) and key subcontractors for structural construction, site/civil construction, electrical and mechanical installation, (or prime contractor if design and/or structural construction, site/civil construction, electrical and mechanical in stallation is to be self-performed) and key subcontractors for structural construction, site/civil construction, electrical and mechanical installation, (or prime contractor if design and/or structural construction, site/civil construction, electrical and mechanical installation is to be self-performed) for this proposal. Also identify general subcontractors, if any of the facility types are to be fully subcontracted out and describe the extent of their involvement in the project. The prime contractor, the design firm(s) (or prime contract if design is to be self-performed) and key subcontractor(s) shall each demonstrate recent, relevant experience on similar projects, using attachments 2 and 3 at the end of the section. Offerors may identify state and local government and private contracts that are similar to the Governments requirements. If the offeror is a joint venture, each firm shall provide informati on, demonstrating experience relevant to their role on this project. Submit projects selected from those discussed in the experience narrative that are currently well underway (designed and at least 50% construction progress completed) or completed and tu rned over no longer that five (5) years preceding the date of this Solicitation. If any firm has multiple functions or divisions, limit the project examples to those preformed by the division or unit submitting the offer or by the team member. Design fir ms may list prime contractors they have worked for or government, private or commercial customers. The offeror shall select the design firm(s). If projects were design-build, so identify them. The prime contractor, the design firm(s) and the key subcont ractor(s) shall each submit one (1) to five (5) projects for each of the facility types or their equivalent or similar commercial or institutional type. Subfactor 2: Past Performance (2nd Most Important Subfactor, slightly less important than Subfactor 1) Past performance refers to the quality of recent project experience from the owner's perspective. The Offeror, design firm(s) and key subcontractors shall provide customer reference name(s), submitted for specialized experience in TAB B (no separate submi ttal for past performance, here). The evaluation under this subfactor will be limited to projects completed or well underway (as defined above) within 5 years preceding the date of the solicitation. The Government will use the specific project experience sheets submitted in Tab B as part of its past performance evaluation. Include the performance rating by the owner on the form, if the Offeror was rated. The Offeror must send the attached interview form (attachment 6) to their customers with directions t o complete and fax to the contracting specialist. The Government may contact and interview the points of contact and reserves the right to interview other individuals acting for the listed reference, if the listed reference is not available. The team mem bers may also provide brief information on problems encountered on identified contracts and the team members corrective action. Subfactor 3: Organization/Technical Approach (3rd Most Important Subfactor, slightly less than Subfactor 2, Equal to Subfactor 4. Subfactor 4: Key Personnel Capability and Experience (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Subfactors 3. Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important than Factor 2 ). Price and Proforma Forms (price is considered less significant than the all technical and small business factors). Point of contact for this project is Shaukat Syed at 917-790-8176. Plans and specification for Solicitation W912DS-08-R-0013 will be ava ilable on or about 08 March 2008. Proposal due date is on or about 08 April 2008 at 2:00 PM (Eastern Standard Time). The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordin gly, the media utilized for this project shall be the 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 at no charge at http://www.fedt eds.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 called Federal Technical Data Sys tem Feted (http://www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business o pportunities 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 frequently. 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.fed bizopps.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. Project specification fil es and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5. x are also compatible with Fed Teds. Utilization of the Internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver t o 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. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective cont ractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an offeror ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation req uirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Shaukat Syed, Contract Specialist, US Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York 10278-0090 Phone: 917-790-8176. Fax: 212-264- 3013 or via email shaukat.m.syed@usace.army.mil.
- 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
- SN01514995-W 20080224/080222224739 (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 |