COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS
Y -- ARVIN CADET PHYSICAL DEVELOPMENT CENTER, PHASES 2 AND 3 AT THE UNITED STATES MILITARY ACADEMY, WEST POINT, NY.
- Notice Date
- June 5, 2001
- Contracting Office
- US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- DACA51-01-R-0028
- Response Due
- July 20, 2001
- Point of Contact
- For administrative, Michael McHugh, 212-264-5995; for technical, Jose Diaz, 212-264-4672
- Description
- The New York District is seeking to secure a firm fixed price construction contract to provide for the new construction of the FY 00/01/02 MCA Arvin Cadet Physical Development Center, Phase 2/3 at the United States Military Academy, West Point, NY. The scope of work for Phases 2 and 3 involves new construction of a 340,000 GSF Arvin Cadet Physical Development Center which will provide the US Military Academy a state of the art facility for swimming, court sports, multi-purpose, locker, administrative and combatant facilities for training, rehabilitation therapy and athletic competition for the Corps of Cadets. Phases 1 and 1A are currently underway under separate contracts. Phases 1 and 1A involved demolition of existing facilities, construction of new substation and placement of underground utilities. This contract is a firm fixed price contract. The New York District will make one award. The expected contract duration is approximately three and half (3-1/2) years. This project is Subject to Availability of Funds; however, this project has been fully authorized by Congress for incremental funding in FY 01, 02 and 03. The estimated construction cost is over $50,000,000. After award, the administration of this contract will be through the New York District, Corps of Engineers. The Government will use a best value selection approach 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 Offeror's 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 a 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. All offerors will be evaluated based on the following factors, to include but not necessarily be limited to: 1. Past Experience; 2. Past Performance; 3. Management Approach; 4. Technical Approach; and 5. Subcontracting Plan. Factors 1 through 4 have equal weight. Factor 5 has less weight than Factors 1 through 4. With respect to the 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 requirements, and taking reasonable actions to participate 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. In accordance with FAR 15.305-2(v), Proposal Evaluation, the evaluation shall include the past performance of Offerors in complying with subcontracting plan goals for small disadvantaged business (SDB) concerns, monetary targets for SDB participation, and notifications submitted under 19.1202-4(b). A contract will not be awarded until the Contracting Officer has determined (with advice from the U.S. Small Business Administration (SBA)) that the Offeror's subcontracting plan provided 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, large business concerns are 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 Offeror 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. 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 and Small Disadvantaged Businesses are not required to submit a Subcontracting Plan, but shall be required to submit subcontracting information for evaluation purposes and shall maximize subcontracting opportunities with other small businesses and SDB's. Preliminary documents sufficient to allow contractors to initiate their proposals will be available on or about 20 JUNE 2001 and 100% Plans and Specifications will be available on CD-ROM and on line at www.nan.usace.army.mil, available on or about 9 July 2001. Technical Proposals will be due on or about 20 JULY 2001 and Price Proposals will be due on or about 4 September 2001. There is a $10.00 charge per disk set (NON-REFUNDABLE) and may be paid by check or money order, payable to "USA, COE, NYD, FAO". Parties requesting Plans and Specifications 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 numbers (including area codes), addressed to New York District U.S., Army Corps of Engineers, Contracting Division, 26 Federal Plaza, Room 1843, New York, New York 10278. Plans and Specifications may be examined at the following locations: This office at 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; F.W Dodge Company, Two Penn Plaza, 10th Fl., New York, N.Y. 10121; and the West Point Engineer Area Office, Building 667A, West Point, N.Y. DFARS 252.204-7004, "Required Central Contractor Registration" ("CCR") applies to this solicitation. Prospective contractors must be registered in the DoD CCR database prior to award. Lack of registration in the CCR database will make an Offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at <http://www.ccr2000.com>. This announcement and any amendments hereto are also published on the Internet at http://cbdnet.access.gpo.gov.
- Record
- Loren Data Corp. 20010607/YSOL012.HTM (W-156 SN50O021)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on June 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|