|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 Y -- KIMSEY ATHLETIC CENTER/RANDALL HALL, USMA, WEST POINT, NEW YORK
SOL DACA51-00-R-0015 DUE 062300 POC GERALD GILLIARD-Contract Specialist
(212) 264-4874Description: Project: FY 00 Through FY03 Kimsey Athletic,
United States Military Academy, West Point, NY. The New York District
is seeking to secure a firm-fixed price construction contract through
the submission of proposals to provide for the construction of Kimsey
Athletic Center/Randall Hall at the United States Military Academy,
West Point, NY. The SIC Code is 1542, and the size standard is $17M.
One award will be made. This procurement is UNRESTRICTED. Proposals
from all qualified small business concerns are invited. If a large
business intended to submit a proposal, it must comply with FAR
52.219-9 regarding the requirement of a subcontracting plan. Estimated
construction value is more than $10,000,000. The expected contract
duration is approximately three (3) years. This solicitation will
contain two or more options at the discretion of the Government. Plans
and Specifications will be available on or around 24 May 2000. Propo
Description: Project: FY 00 Through FY03 Kimsey Athletic, United States
Military Academy, West Point, NY. The New York District is seeking to
secure a firm-fixed price construction contract through the submission
of proposals to provide for the construction of Kimsey Athletic
Center/Randall Hall at the United States Military Academy, West Point,
NY. The SIC Code is 1542, and the size standard is $17M. One award
will be made. This procurement is UNRESTRICTED. Proposals from all
qualified small business concerns are invited. If a large business
intended to submit a proposal, it must comply with FAR 52.219-9
regarding the requirement of a subcontracting plan. Estimated
construction value is more than $10,000,000. The expected contract
duration is approximately three (3) years. This solicitation will
contain two or more options at the discretion of the Government. Plans
and Specifications will be available on or around 24 May 2000.
Proposals are due on or about 23 June 2000 at 2:00 P.M. The
NON-REFUNDABLEcost for Plans and Specifications is $200.00. Parties
requesting Plans and Specifications package must do so in writing,
stating the Solicitation number or project name, complete company name
and street address (we will NOT deliver to P.O boxes), telephone and
facsimile number (including area codes). Make check or money order
paybale to "FAO, USAED NY". Plans and Specifications may be examined at
the following locations: This office at 26 Federal Plaza, Room 1831,
New York, NY; Brown's Letters, 1167 Mcbride Ave., West Patterson, NJ
07424; F.W. Dodge, 148 Princeton Hightstown Road, Hightstown NJ 08520;
West Point, U.S. Army Engineer District (New York), Bldg 667A, USMA,
West Point, New York NY, 10996. SITE VISIT: A site visit will also be
scheduled, for the offerors prior to the submittal of proposals, at
which time offerors will be allowed to examine the site. All site
visits must first be coordinated with Jeff Friese, at the area Office,
at (914) 938-2116. Description of Work: The scope of work involves
construction of a 100,000 SF sports facility that includes the
following functional spaces: football locker room space, a 20,000 SF
weight room, coaches administration space, multipurpose space,
museum/artifact space, and skyboxes. The project involves the
installation of the following major engineered systems: fire
protection, HVAC, telecommunications, electrical, structural systems,
EMCS, etc. The project is phased to keep the existing football
operation building operational until Phase I is complete. Once Phase 1
is complete and the operation is moved to the new structure, the
existing structure (Phase II ) will be demolished and constructed as an
addition to Phase I. In addition, a bridge will be constructed from the
new complex to Holleder Center (adjacent basketball and hockey
facility). The Government will use a best value procurement method for
this source selection. The successful offeror must have submitted a
clear and concisely written proposal that gives the Government the
greatest confidence in the offerors ability to meet the Government's
requirements in an affordable manner. Offerors must demonstrate a
thorough understanding of project requirements and a commitment to
excellence in all aspects of project execution. This source selection
may result in award being made to higher rated, higher priced offeror
where the decision is consistent with the evaluation factors and where
it is determined by the Source Selection Authority that the technical
superiority and/or overall business management approach, and/or
demonstrated past performance record of the higher priced offeror
outweighs the benefits of any price difference. The Source Selection
Authority, using sound business judgment, will base the source
selection decision on an integrated assessment of the proposals
submitted in response to this solicitation in accordance with the
evaluation factors established within the solicitation. The
Solicitation specifies a specific format for the submittal of the
Proposal. This format is outlined as follows: All responding Offerors
will be evaluated based on the following Evaluation Factors. Factors 1
and 11 have equal weight, Factor 111 has less weight than Factors 1 or
11, Factor 1V has less weight than Factor 111, Factor 111.a has the
same weight as Factor 111.b and Factor 1V.a has the same weight as
Factor 1V. Volume 1- TECHNICAL PROPOSAL (THE PAGE LIMIT FOR VOLUME 1
SHALL NOT EXCEED 100 TYPED PAGES ON ONE SIDE ONLY. PERSONNEL RESUMES
WILL NOT BE INCLUDED IN THE PAGE COUNT.) FACTOR 1-OFFEROR PAST
EXPERIENCE. This factor will contain the Offeror's past experience
information. It is the Government's intent to evaluate the quality,
recency, and relevance of each offeror's experience on recent (within
the past five years) and relevant projects. For purposes of Factor 1,
each Offeror must provide fully completed "Project Fact Sheets". Blank
forms are included in the RFP. Additionally, provide a PROJECT FACT
SHEET' for all construction projects over $15,000,000.00 that the
Offeror started, completed or was awarded within the last five years
(if more than 10 projects fit this criteria, provide only the 10 most
recent). For each subcontractor, whose work is expected to exceed $5
million, provide a fully completed PROJECT FACT SHEET, for all projects
over $500,000, which the subcontractor started, completed or was
awarded within the past 5 years (if more than 10 projects fit this
criteria for the subcontractors provide only the 10 most recent). Also
include the name of the prime contractor for which the subcontractor
worked. Relevant projects are those that are comparable in magnitude
(cost and complexity) to the above and have the following major
elements: 1. Construction of College and /or University level type
sports facilities. This criterion will be rated higher than 2 and 3
below Or 2. Construction in a constrained site(s) (sites with limited
access, limited staging area or adjacent to occupied spaces). Or 3.
Construction of facilities of comparable size and complexity, such as
athletic facilities, administration facilities, hospitals and/or
research facilities. In addition, Offerors are encouraged to provide
any supplementary information to assist the Government in developing
confidence in their ability to successfully complete this project on
the basis of their prior experience. If the Offeror is a joint venture,
the experience of each member will be considered in evaluating the
Offeror's past experience. To be scored Satisfactory' for this Factor,
the Offeror must have completed a minimum of two projects meeting the
above criteria. FACTOR 11- OFFEROR'S PAST PERFORMANCE: This Factor
will contain the Offeror's past performance information. The Government
believes that an Offeror's past performance and the degree to which an
offeror satisfied its customer in the past is a good predictor of
future performance. The Government will evaluate the quality, recency,
and relevance of each Offeror's performance on recent (within the past
five years) and relevant projects. For purposes of Factor 11, each
Offeror must provide fully completed "Project Fact Sheet". Blank Forms
are included in the RFP. Offerors must provide a PROJECT FACT SHEET'
for all construction projects over $15,000,000 that the Offeror
started, completed or was awarded within the last five years (if more
than 10 projects fit this criteria, provide only the 10 most recent).
For each subcontractor, whose work is expected to exceed $5 million,
provide a fully completed PROJECT FACT SHEET for all projects over
$500,000 which the subcontractor started, completed or was awarded
within the past 5 years (if more than 10 projects fit this criteria,
provide only the 10 most recent). Also include the name of the prime
contractor. Relevant projects are those that are comparable in
magnitude (cost and complexity) to the above and have the following
major elements: 1. Construction of College and/or University level type
sports facilities. This criterion will be scored higher 2 and 3 below.
Or 2. Construction in a constrained site(s) (sites with limited
access, limited staging area or adjacent to occupied spaces). Or 3.
Construction of facilities of comparable size and complexity, such as
sports facilities, academic facilities, hospitals and/or research
facilities. Provide the following information in addition to the
requirements listed in the Project Fact Sheet: (1) copies of any
interim or final performance ratings; (2) copies of letters of
recommendation from the Client/Agency of the projects submitted; and
(3) copies of letters relating to contract compliance or non-compliance
from the Client/Agency of the projects submitted. In addition to the
information listed above, Offerors are encouraged to provide any
supplementary information to assist the Government in developing
confidence in their ability to successfully complete this project on
the basis of their prior performance. If the Offeror is a joint
venture, the performance of each member will be considered in
evaluating the Offeror's past performance. The persons listed as points
of contact or other representatives of their organizations, as well as
other sources, may be contacted by the Government during the
evaluation process. The Government may contact the Offeror's customers
to ask, among other things, whether or not they believe: A. that the
Offeror's performance conformed to the terms and conditions of its
contract; B. that the Offeror was reasonable and cooperative during
performance; C. that the Offeror completed the project(s) in a timely
manner or is making timely progress on on-going project(s); D. that the
Offeror was capable, efficient, and effective, especially in managing
subcontractors; E. that the Offeror was committed to customer
satisfaction and provided a quality product; F. that the Offeror
negotiated fairly and in good faith; G. that the Offeror had a good
safety record. FACTOR 111-MANAGEMENT: This factor will address the
Offeror's management approach to the project. Offerors shall prepare
this portion of the submission with the objective of giving the
Government confidence in their understanding ofthe project and their
ability to successfully manage, plan, and integrate activities for the
complex and challenging aspects of this project. Sub-Factor (a)
Management Plan- Submit a management plan for this project to explain
the Offeror's proposed management approach. The management plan shall
include identification of key on-site and off-site personnel and their
qualifications (ie., project supt. PM, PE, QA/QC Personnel, etc)
including identification of major subcontractors (those subcontractors
whose work is expected to be over $5 million), the work they are to
perform, and if the Offeror has ever worked with the major
subcontractors before. The plan will also indicate the resource
commitments, availability of corporate resources, identification of
potential risks and plans for mitigation of those risks (including an
outline QA/QC plan, Safety plan in accordance with the RFP); and any
other information to assist the Government in developing confidence in
the Offeror's ability to effectively manage the project within
quality, cost and schedule objectives. Sub-Factor (b)- Key Personnel:
As a minimum, key personnel that shall be identified include: Corporate
Project Manager/Executive (off site "home" office manager of the
project); the Project Manager (overall manager of the project); Project
Superintendent (overall field manager responsible for construction);
Quality Control Manager (manager of field quality control personnel);
Superintendent/Subcontractor Manager (manager and coordinator of
subcontractors), Safety Manager (principal in charge of enforcing
safety codes), and Schedule Manager (or qualifications of a consulting
firm in lieu of in-house manager). Submit Resumes for each member of
the management team which are being used on this project. The Offeror
shall also include a flowchart that shows the relationships between the
key personnel and define the specific authorities and responsibilities
of key personnel. Substitutions of team members are subject to
approval by the Contracting Officer. If the Offeror does not currently
employ such personnel, the personnel must provide letters of intent.
FACTOR 1V-Technical Approach: The Offeror shall submit an integrated
master plan and master schedule to describe the proposed technical
approach for executing major work items. Offerors should prepare this
portion of the submission with the objective of giving the Government
confidence that they thoroughly understand the requirements and
complexities of this project, and that they have developed a well
thought out plan that integrates all related activities including
coordination with other contractors and government activities.
Sub-Factor (a)-Master Plan: The integrated master plan is a step-by
step description of the offeror's proposed approach for executing the
work. The plan should address project phasing, coordination with
government personnel, with respect of continued access to the site,
methods of controlling costs and maintaining schedule, and any other
pertinent information to show that the offeror thoroughly understands
the project requirements and has a well thought out plan for
accomplishing the work within project quality, cost and schedule
objectives. The plan should consider and identify essential government
milestone activities that affect contractor progress. Sub-Factor (b)-
Master Schedule: The master schedule is a summary level schedule in
bar chart or other format integrated with the master plan and showing
major work element sequencing/phasing in sufficient detail to
demonstrate that the proposed approach is well planned and is
reasonable and achievable. Consideration is given to the construction
period offered, methods of construction to be used, type of equipment
to be used, scheduling system to be used, identification of critical
elements in construction (which, if delayed, can delay the entire
project), method of development of payment estimates from the progress
schedule and method of updating the progress schedule. The Offeror
must display a thorough understanding of the events associated with
coordinating submittals and time allowed for Government reviews.
Specific Sub-items that shall be addressed under this sub-factor are:
Sub-Item (1): Phasing Plan shall include specific methods to maintain
continuous services/operation to the remainder of the adjacent annex
and Michie Stadium. Sub-Item (2): Milestone dates including completion
dates, proposed interruptions to the rest of the facility for tie-ins,
transfers to temporary services and testing of new equipment. Sub-Item
(3): The method of providing early notification of building services
or operation interruption. Sub-Item (4): Identification of potential
restraints and time impacts. Volume 11-PRICE/COST PROPOSAL (Separate
Binder) Pricing Schedule: The total combined fixed price for Phases 1
and 11 will be provided in this volume. The pricing schedule identified
as Section 00010 will be completed and included in this volume. This
volume will not be scored, but will be evaluated in relation to the
other factors. The related advantages and disadvantages of the
technical proposals, in addition to the price proposals, shall be
compared. Decisions shall be based on the total offered price, provided
it has been determined that the price is fair and reasonable. The
Government intends to award a contract to the responsible Offeror whose
proposal represents the best value after evaluation in accordance with
the factors and sub-factors in the solicitation. All evaluation
factors, other than price or cost, when combined are significantly more
important than cost or price. However, the closer the technical scores,
the more important price becomes. Volume 111- SMALL BUSINESS AND SMALL
DISADVANTAGED BUSINESS SUB-CONTRACTING PLAN (NO PAGE LIMIT AND
SEPARATE BINDER) 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 businessrequirements, and taking
reasonable actions to increase participation in its small business
activities. In line with the emphasis of the program, the COE, New York
District is particularly desirous of increasing subcontracting
opportunities for Small business concerns, Small Disadvantaged business
concerns, Women Owned business, Very Small Business Concerns,
Historically Underutilized Business Zones (HUBZONES), Historically
Black Colleges and Universities/Minority Institutions (HBCU/MI). The
Offeror is required to participate in the program by soliciting
subcontracting bids from such firms. The Offeror is encouraged to take
action to locate competent firms listed in the aforementioned small
business program from its subcontracting opportunities in preparing its
offer. In addition to locating small business sources, the Offeror is
encouraged to take action to locate competent Small Disadvantaged and
Women-Owned small business concerns for its subcontracting
opportunities in preparing its offer. A contract will not be awarded
until the Contracting Officer has determined (with advice from SBA)
that the Offeror's subcontracting plan provides maximum practical
opportunities for the above listed categories to participate. In
determining the acceptability of the proposed plan, the Contracting
Officer will evaluate all 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 disadvantaged
business concerns and Women-owned 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 Reports) forms along with its offer. Prior to award, the
successful Offer will be required to discuss its subcontracting plan
with the Small and Disadvantaged Utilization Specialist (SADBUS) and
SBA. Therefore, the Offeror is required to submit a subcontracting plan
in conformance with all aspects of FAR Subpart 19.7. FAR 19.706,
Responsibilities of the Cognizant 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
contractors future contract opportunities. In addition, FAR52.219-16
Liquidated Damages-Allows Liquidated Damages to be assessed for failure
to fully implement the subcontracting plan during the life of the
project. Offerors that are Small Disadvantaged Businesses are not
required to submit a Subcontracting Plan. REGISTRATION REQUIREMENTS: In
accordance with DFARS 252.204-7004, "Central Contractor Registration"
(CCR), to be eligible for an award, Contractor must be registered with
CCR. For information on the registration process, Contractors can
visit the following web address: http:// www.ccr2000.com or telephone
1-888-227-2423. Posted 05/22/00 (W-SN457380). (0143) Loren Data Corp. http://www.ld.com (SYN# 0126 20000524\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|