SOLICITATION NOTICE
P -- Demolish Walson Hospital Complex, Joint Base, McGuire-Dix-Lakehurst , New Jersey
- Notice Date
- 7/5/2012
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-R-0037
- Archive Date
- 9/5/2012
- Point of Contact
- Michelle L. Johnson, Phone: 2156566774
- E-Mail Address
-
Michelle.L.Johnson@usace.army.mil
(Michelle.L.Johnson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The contract work is for the demolition and removal of the entire Walson Hospital Complex, Joint Base, McGuire-Dix-Lakehurst, New Jersey. The complex covers approximately 27 acres, containing the main Hospital building (Bldg No. 5250); refrigeration and air-conditioning plant (5251); boiler plant (5252); underground utilities; paved parking areas; and numerous sidewalks. The hospital building ranges from one story to eleven stories in height (totaling approximately 384,100 square feet). Also, included is debris and hazardous material removal, security fenced contractor access road, base traffic detour, water and sanitary line relocation, backfilling, and regrading of the site. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 - Experience and Preliminary Schedule, Factor 2 -Key Personnel, Factor 3 -Past Performance, Factor 4-Magagement Plan, and Factor 5-Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 238910 with a small business size standard of $14 million. Estimated cost range of the project is $25,000,000.00 to $100,000,000.00. The expected period of performance is 540 calendar days. Issue date for the Request for Proposals is on or about July 20, 2012 with proposals due by 2:00 pm, local time, on or about August 21, 2012. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. An organized site visit will be conducted. Attendance is not mandatory but is highly encouraged. The site visit date and time will be established and included in Contract Provision 52.236-27, Site Visit of the RFP. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is a required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is advertised as unrestricted. Email your questions to US Army Corps of Engineers - Philadelphia District: Michelle.L.Johnson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-R-0037/listing.html)
- Record
- SN02794665-W 20120707/120705235013-eb88310e83cd84734992ac4fd3320d1d (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 |