SOLICITATION NOTICE
Y -- UAS Shadow Hangar
- Notice Date
- 1/15/2020 2:40:02 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278 USA
- ZIP Code
- 10278
- Solicitation Number
- W912DS20R0008
- Response Due
- 3/10/2020 11:00:00 AM
- Archive Date
- 03/25/2020
- Point of Contact
- Ivan V. Damaso, Phone: 9177908176, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
ivan.v.damaso2@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(ivan.v.damaso2@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090 The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) solicitation package seeking to award a Best Value Trade Off (BVTO), firm fixed price contract for the construction of a new Hangar Facility. The contract will be procured using the two step design/build selection procedures. The project scope is for the construction of a 28,100 SF Unmanned Aerial Vehicle (UAV) Maintenance Hangar and eight supporting structures at Ft. Drum, NY with capacity for three (3) Tactical Unmanned Aerial Vehicles (TUAV) Shadow Platoons each supporting four RQ-7B-1E shadow drones. The scope of the work includes a UAV maintenance hangar, special foundations, fire protection and alarms, hangar access apron, IDS, EMCS connection and building information systems. Support facilities include a paved access to taxiway/runway, electrical service, security lighting, fire protection, communications, water, sewer, lift station to include backup generator, force main update, storm drainage, apron, signage, landscaping, organizational parking, POV Parking, air conditioning and other site improvements. The contractor shall be responsible to understand that operational performance of the existing UAS Shadow Hangar and airfield must remain uninterrupted throughout project duration. This project will be acquired as a 100% Small Business set-aside via the Best Value Trade Off (BVTO) method. It is anticipated that the RFP will be issued on or about 10 February 2020 and the proposals will be due on or about 30 days later.� The period of performance for this project is 720 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Contract Opportunities website at https://beta.sam.gov/.� PLEASE NOTE:� www.fbo.gov IS NOW https://beta.sam.gov/.� The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Construction.�� The small business size standard for this code is $39,500,000. The magnitude of this construction is estimated to cost between $15,000,000.00 and $35,000,000.00. �� Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room� 16- 300, 26 Federal Plaza, New York, NY 10278-0090.� PLEASE NOTE NEW ROOM NUMBER:� 16-300.� All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. �The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet.� Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://beta.sam.gov/, in order to safeguard acquisition related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://beta.sam.gov/. The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. The Step 1 Technical Evaluation criteria will cover (1) Recent, Relative, and Similar Past Experience Projects. The Step 2 Technical Evaluation criteria will cover (1) Qualifications of the Offerors Team, (2) Technical Approach and Concept Design, and (3) Phasing and scheduling. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16- 300, New York, NY 10278-0090. Phone: �917-790-8176. Fax: �(212) 264-3013. Email: �ivan.v.damaso2@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0bca6402ce1e417c8afe02876d092118/view)
- Place of Performance
- Address: New York, NY 13603, USA
- Zip Code: 13603
- Country: USA
- Zip Code: 13603
- Record
- SN05535468-F 20200117/200115230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |