Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
MODIFICATION

Y -- Revetment Construction and Jetty Rehabilitation, Plum Island, Suffolk County, New York

Notice Date
8/5/2004
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-04-R-0016
 
Response Due
9/7/2004
 
Archive Date
11/6/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Corps of Engineers, New York District, intends to issue a Request For Proposal (RFP) to award a firm-fixed-price contract for the Jetty Rehabilitation And Rock Revetment Construction at Plum Island, New York. This acquisition shall be UNRESTRICTED with a price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4.The estimated construction value of this project is between $500,000.00 and $1,000,000.00. The completion period is approximately 180 calendar days after the chosen contractor receives the Notice to Proceed (NTP). The North American Industrial Classification System (NAICS) Code is 237990 with a size standard of $28,500,000.00. Plans and specifications will be made available on or about 05 August 2004. A site visit will be held on 12 August 2004. All prospective offerors must submit their company name, address, telephone number and the full name, date of birth, social security number and citizenship status of each employee they wish to at tend the site visit by 11:00 AM on 10 August 2004 via e-mail to scott.m.helmer@usace.army.mil. The successful contractor shall furnish all labor, materials, equipment to perform the revetment construction and jetty rehabilitation. The procurement methodolo gy will be Contracting by Negotiation, FAR part 15 using Best Value, Lowest Price Technically acceptable (LPTA) solicitation method. A bid bond is required. This solicitation is not a competitive open bid and there will not be a formal public bid opening. 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 performance in accordance with the RFP in all aspects of project execution. A site visit will also be scheduled, date/time to be determined, for the Offerors, prior to submittal of proposals, at wh ich time Offerors will be allowed to examine the site. Proposals will be evaluated against criteria stated in the RFP on a Go (Meets evaluation standards)/No Go (Fails to meet evaluation standards) basis. Each Factor shall be rated either Go or No-Go. The evaluation process essentially consists of the following parts: proposal compliance review, technical/quality evaluation, price evaluation and final determination by the Source Selection Authority (SSA)/Contracting Officer. To be considered acceptable, Off erors shall specifically address each of the evaluation factors set forth in the solicitation. Proposals will be evaluated on RFP compliance, past performance and technical merits. Price proposals will be evaluated on price only. Price will not be scored, but will be evaluated for fairness and reasonableness through the use of price analysis. Each offer will be measured against the requirements of the RFP technical, and price in accordance with the RFP solicitation, which includes technical qualifications, management plan, and technical proposals. This part of the evaluations is conducted without the related price proposals. The evaluation process will include an assessment of risk--primarily in the areas of quality, cost, and schedule. The price analysis is conducted in accordance with FAR part 15 by a separate team. The technical proposal shall be submitted in a binder labeled Volume I - Technical Proposal. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. The criteria for technical evaluation factors for this effort shall include: Factor 1 - Past Relevant Experience of Offeror's Team: The Offeror shall demonstrate past relevant experience by providing recent and relevant revetment construction or jetty repair. Factor 2 - Past Performance of Offeror's Team: The Offeror shall demonstrate at a minimum satisfactory performance and evaluation information for the projects s ubmitted. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may be evaluated as Neutral. Factor 3 - Performance Schedule: The Offeror shall provide a detailed p roject schedule demonstrating their understanding of the project requirements and ability to complete the project in a timely manner. Factor 4- Team Resources, Management and Personnel: The Offeror shall provide information to substantiate their qualificat ions. The price proposal shall be submitted in a separate binder labeled Volume II - Price Proposal. OFFERORS ARE TO BE ADVI SED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. All questions must be submitted in writing and emailed to Scott Helmer at scott.m.helmer@usace.army.mil. An offerors team must meet Department of Homeland Security requirements. The Proposal due date is tentatively scheduled for 07 September 2004 at 2:00:00 PM EST. The media selected for the issuance of the solicitation and amendments shall solely be at the discretion of the Government. Accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be a vailable or issued. Interested parties may download or print the solicitation at no charge at http://www.nan.usace.army.mil (Contract and Bid). Project specification files are Portable Document Files (.pdf) and can be viewed, navigated, or printed using Ad obe Acrobat Reader. Minimum system requirements are Pentium II personal computer, Microsoft Windows 95 or greater, 128MB application RAM. A registration page is attached to the website and prospective bidders are required to register to receive notice of a ny amendments and/or addenda that may be issued to this solicitation. Utilization of the Internet is the preferred method, however, CD's will be available upon written request, stating the Solicitation Number, or Project Name, complete company name and str eet address (we will not deliver to P. O. boxes), telephone and facsimile numbers (including area codes). Make check or money order payable in the amount of $10.00 to FAO, USAED, NY. Contractor must be registered in the Centralized Contractor Registration (CCR) database in order to receive a contract award by any DoD Contracting as required by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004. Lack of registration in the CCR database will make an offeror ineligible for award. Contra ctors may access the CCR and register at http://www.ccr.gov. Ensure DUNS number and CAGE Code are provided with the proposal. To receive your DUNS number, offerors must call Dunn and Bradstreet (D&B) at 1-800-333-0505. Additional information on CCR registr ation and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. POC is Scott Helmer, Contract Specialist, US Army Corps of Engineers-New York District, CENAN-CT, 26 Federal Plaza, Room 1843, N ew York NY 10278-0090. Phone: 212-264-9118. Technical POC is Stanley Michalowski, Phone: 212-264-9030
 
Place of Performance
Address: Plum Island Plum Island Animal Disease Center Orient NY
Zip Code: 11957
Country: US
 
Record
SN00637875-W 20040807/040805212837 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.