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