Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

Y -- PRECISION MUNITIONS FACILITY, PICATINNY ARSENAL, NEW JERSEY SOL DACA51-99-R-0021 DUE 072399 POC Lawrence T. Locke, Contract Specialist, (212) 264-6707 Project: Precision Munitions Facility. Location: Picatinny Arsenal, New Jersey. The New York District is seeking to secure a firm fixed price contract for the design/build of a precision munitions facility at Picatinny Arsenal, New Jersey. The Government reserves the right to limit the competitive range to the five highest rated technical proposals. Additionally, the Government reserves the right to award without discussions. This project consists of the engineering, design, and construction of a Precision Munitions Facility at the Picatinny Arsenal in Morris County, New Jersey. Major components of the project are a tower with two elevators and enclosed equipment platform, a base laboratory building with vehicle parking lot; short, mid and long range target areas; and an intermediate instrumentation area and remote instrumentation provisions to existing Picatinny Arsenal Building #95. The SIC code for this acquisition is 1542. This acquisition is UNRESTRICTED. The small business size standard is no more than 17 million in gross revenues per year as averaged over the last three years. If a large business intends to submit a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Estimated value of the project is between $5,000,000 and $10,000,000. Completion date is approximately two years from the issuance of the Notice To Proceed. Plans and Specifications will be available on or about 10 June 1999. Firms interested in proposing on this project are requested to affirm their interest by submission of a letter of interest to the address listed below. Proposals are due on or about 23 July 1999. The NON-REFUNDABLE cost of the Plans and Specifications is $30 and must be mailed to New York District U.S. Army Corps of Engineers, 26 Federal plaza, Room 1843, New York, New York 10278. Make checks payable to "FAO, USAED New York". Parties requesting the plans and specifications must do so in writing, stating the solicitation number, project name. Complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area codes. Plans and Specifications may be examined at the following locations; 26 Federal Plaza, room 1831, New York N.Y.; Brown's Letters, 1167 McBride Ave., West Paterson, N.J. 07424, F.W. Dodge, 148 Princeton Hightstown Road, Hightstown, N.J. 08520; and Jerry Groom, U.S. Army Corps of Engineers, Area Office, Building 3002, Picatinny Arsenal, Dover, New Jersey. A formal site visit and pre-proposal conference will be conducted approximately two weeks after the release date of the solicitation. Location and contact points will be included in the solicitation. The Government will use the Lowest Price Technically Acceptable Proposal approach to this acquisition. Therefore, the Government, at its discretion, may award a contract on the basis of initial offers received, without discussions. Initial proposals should contain the Offeror's best concept and innovative approach from a technical and pricing viewpoint. While offerors must meet the solicitation requirements, the Government has no preferred solution or technical approach for this project. The Government is seeking any innovative and conceptual ideas to achieve the design-build objective. The offerors may propose techniques, methods, enhancements/betterments, which they feel are the best approach for designing and building the facility. Offerors should not feel constrained and should present any alternatives, approaches they deem appropriate, that will enhance the Government's consideration of their proposal. Technical and pricing proposals will be submitted in separate volumes. The solicitation will specify a specific format for submittal of the technical proposal (200 pages maximum). Any pages beyond the 200-page limit will not be reviewed/considered/scored during the evaluation. Details on proposal submission will be included in the solicitation. A color rating system will be used to score each of the evaluation factors. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR). Effective 1 June 98 contractors must have registered in the CCR database. Lack of registration in the CCR may make an offeror ineligible for award. Offerors must affirm, prior to award of the contract, that it is registered. If not already registered, on-line instructions and registration are available by visiting the website at http://ccr.edi.disa.mil. All responding offerors will be evaluated based on the following evaluation factors (listed in descending order of importance); FACTOR I Tower building and site design. The offeror shall submit 10% concept design drawings and narratives to clearly illustrate the proposed building, tower and site design. The 10% concept design submittal shall meet the requirements of the solicitation, as well as the requirements of Section II of the New York Corps of Engineers Manual of Standard procedures NANP-1110-1-1; FACTOR II Site Planning and Building System. The offeror shall provide site plans showing landscaping, building access (including handicapped and emergency egress for fire/emergency vehicles), parking area layout, walkway and roadway layout, building and tower locations and orientations, stormwater management, proposed topography, and utilities. Additionally, the offeror shall provide concept building floor and roof plans and a minimum of two building sections, one north-south, and the other east-west, indicating the functional layout and relationship of adjacent areas. FACTOR III Past Experience. The offeror shall submit Federal Government and/or private sector tower facilities projects within the past ten years. FACTOR IV Past Performance, construction. The offeror shall provide evidence of timely completion of past projects and/or timely progress of ongoing projects. FACTOR V Team Resources, Management, and Personnel. The offeror shall provide information, which substantiates that the project management system to be employed will produce a quality product on time and within budget. The offeror must clearly identify their sub-consultants, and their responsibility on the project. FACTOR 6 Performance Capability. The offeror shall submit a design and construction schedule, quality control plan, and construction plan in support of its performance capability and capacity to meet schedule. FACTOR 7 Small Business and Small Disadvantaged Business Subcontracting Plan. The Corps of Engineers (COE) is responsible for effectively implementing the small business programs within its activities, including achieving program goals, and ensuring that contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, and Women-owned small business program requirements, and taking all reasonable actions to increase participation in its small business activities. In line with the emphasis on this program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small business concerns, Small Disadvantaged business concerns and Women-owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. In addition to locating simply small business sources, you are encouraged to take action to locate competent Small Disadvantaged and Women-owned small business concerns for your subcontracting opportunities in preparing your offer. You are further urged to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA's certified listing of socially and economically disadvantaged business concerns in the vicinity in which the work is to be performed. Therefore, the following instructions and provisions apply to this solicitation: 1. The successful offeror, if a large business, must submit a subcontracting plan within FIVE working days of notification of selection. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. 2. A contract will notbe awarded unless and until the Contracting Officer has determined (with advice from SBA) that the offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged and Women-owned Small Business concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan the Contracting Officer will evaluate all relevant factors inclusive of an offeror's past performance with respect to the offeror's having awarded subcontracts for the same or similar products or services to Small, Small Disadvantaged and Women-owned small business concerns. In order to make this evaluation, the offeror is required to submit its past SF 294 (Subcontracting Report For Individual Contracts) and SF 295 (Summary Subcontract Report) forms along with its offer. Subcontracting plans will be evaluated to ensure compliance with solicitation requirements and the public law. 3. PRIOR to award, the successful offeror will be required to discuss its subcontracting plan with the Small And Disadvantaged Business Utilization Specialist (the "SADBUS"), the Contracting Officer, the Source Selection Authority and the SBA. 4. FAR 19.706, Responsibilities Of The Cognizant Administrative Contracting Officer, at subsection (b) states that "[If the contractor does not comply in good faith with the subcontracting plan, the administrative contracting officer shall, upon contract completion, make appropriate recommendations that contracting officers may use for future contracts." Therefore, a determination by the contracting officer, during or after completion of the project, that the contractor did not implement its plan in good faith may result in adverse recommendations with regard to the contractor's future contract opportunities. 5. In addition, FAR 52.219-16, Liquidated Damages Subcontracting Plan, failure to fully implement the plan during the life of the project may result in the assessment of liquidated damages. Direct questions to the Contracting point of contact for this acquisition, Lawrence T. Locke, telephone (212) 264-6707, facsimile (212) 264-3013 and the Technical point of contact for this acquisition, Perry Pang, telephone (212) 264-9095, facsimile (212) 264-6494. Posted 05/21/99 (W-SN334396). (0141)

Loren Data Corp. http://www.ld.com (SYN# 0083 19990525\Y-0010.SOL)


Y - Construction of Structures and Facilities Index Page