SOURCES SOUGHT
Y -- Sources Sought
- Notice Date
- 8/16/2007
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building 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-07-SS-0008
- Response Due
- 8/23/2007
- Archive Date
- 10/22/2007
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice Only. THIS IS NOT A REQUEST FOR PROPOSALS. SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE NOT AVAILABLE. Responses are due NO Later than 2:00 PM Eastern Standard Time (EST) August 23, 2007. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The New York District intends to solicit and award the following construction projects for Fort Drum, New York, entitled 1st Brigade Combat Team (BCT) Transformation Phase II, 2nd BCT Transformation Phase II, 3d BCT Transformation Phase II, Engineer Battal ion Unit Operations Facility (UOF), Military Police Battalion Unit Operations Facilities, and Military Police Barracks. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a) Small Business, Hubzone Small Business, Service Disabled Veteran-Owned Small Business firms relat ive to the North American Industry Classification Code (NAICS) 236220. The Small Business Size Standard is $31.0 Million and 100 employees. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The magnitude of the constructions projects is as follows: 1st BCT ($40,000,000 - $60,000,000); 2d BCT ($30,000,000 - $50,000,000); 3d BCT ($30,000,000 - $50,000,000); Engineer Battalion UOF ($30,000,000 - $50,000,000); MP UOF ($30,000,00 0 - $50,000,000); MP Barracks ($50,000,000 - $75,000,000). Small businesses are encouraged to Joint Venture or team for these potential contracts. Brief Description of Work: The three BCT Transformation Projects, the two Unit Operations Facilities and MP barracks are Design/Build projects that include all structural, mechanical, electrical, plumbing, and information systems. Supporting facilities in clude water, sanitary sewer, electrical, gas, storm drainage, information systems, fire alarm and protection systems, mass notification systems, roadway, parking, lighting, sidewalks, paving, signage, landscaping, and site improvements. 1st BCT encompasse s constructing standard design company operations facilities for a BCT Complex. 2d BCT encompasses constructing a standard design barracks and company operations facilities for a BCT complex. 3d BCT includes constructing standard maintenance facilities fo r BCT complexes. The EN and MP UOF projects consist of constructing standard design unit operations facilities. The MP Battalion Barracks projects consists of constructing standard design barracks. The U.S. Army Corps of Engineers, New York District, requests small business interest and capability concerning its proposed plan for the construction of these six projects to be constructed at Fort Drum, New York. The government will consider these comme nts and plans to issue a formal solicitation in the summer of 2007. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, if the Government still plans to proceed with the acquisitions, solicitation announcements will be published in the Federal Business Opportunity for the respective projects. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to solicitation announcements at a later time. This notice is to assist the New York District, Corps of Engineers in determining potential sources. The following information is required: 1. Name of firm w/address, phone, fax number, point of contact and email address. 2. Provide DUNS number and CAGE Code. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Busine ss, Service-Disabled Veteran Owned Small Business. 4. Please indicate whether your firm will submit an offer for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 5 . Submit a letter of commitment on bonding capability from bonding/surety company. 6. Qualification Criteria: Responses to this source sought shall provide information that indicates the contractor has the experience to perform the work as specified under Brief Description of work. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required infor mation requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. The Governments intent to solicit a Best Value Procurement utilizing the following submission and evaluation criteria from the standard MILCON Transformation (MT) Model Request for Proposal (RFP). The required MT Model RFP Template documents are standardized. The submission requirements are significantly more extensive then previous Fort Drum solicitations and it is highly recommended that all offerors view the complete proposal submission and evalu ation requirements (Section 00111: PROPOSAL SUBMISSION REQUIREMENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUILD) on the following New York District website at http://www.nan.usace.army.mil/business/buslinks/contract/fy07/W91 2DS-07-R-0017/Section00111.pdf. The evaluation factors may include the following: Factor 1: Design Technical (Most Important Factor). The design-technical Factor consists of conceptual level presentation drawings, technical approach narratives and information regarding material and syst em quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually understand whether or not the proposal meets or exceeds the mi nimum Solicitation requirements. Fully developed drawings, details, or specifications are not desired or required. The Offeror shall identify what it considers to be Betterments in its proposal for Subfactors 1-3. Subfactor 1: Building Functional Aesthe tics (Most Important Subfactor). Subfactor 2: Quality of Building Systems and Materials (Equally Important with Subfactor 1). Subfactor 3: Site Design (2nd Most Important Subfactor, slightly less important than Subfactors 1 and 2). Subfactor 4: Sustaina bility (3rd Most Important Subfactor, slightly less important than Subfactor 3) Factor 2: Performance Capability (2nd Most Important Factor, slightly less important than Factor 1) Subfactor 1: Specialized Experience (Most Important Subfactor). The offeror shall select the design firm(s) and key subcontractors for electrical and mechanical installation, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) and key subcontractors for electrical and mechanical installat ion, (or prime contractor if design and/or electrical and mechanical work is to be self-performed) for this proposal. Also identify general subcontractors, if any of the facility types are to be fully subcontracted out and describe the extent of their inv olvement in the project. The prime contractor and the design firm(s) (or prime contract if design is to be self-performed) shall each demonstrate recent, relevant experience on similar projects. Offerors may identify state and local government and privat e contracts that are similar to the Governments requirements. If the offeror is a joint venture, each firm shall provide information, demonstrating experience relevant to their role on this project. Submit projects selected from those discussed in the e xperience narrative that are currently well underway (designed and at least 50% construction progress completed) or completed and turned over no longer that five (5) years preceding the date of this Solicitation. If any firm has multiple functions or divi sions, limit the project examples to those preformed by the division or unit submitting the offer or by the team member. Design firms may list prime contractors they have worked for or government, private or commercial customers. The offeror shall select the design firm(s), if projects were design-build, so identify them. The prime contractor and the design firm(s) shall each submit no more that five (5) projects for each of the facility types or their equivalent or similar commercial or in situational type. Subfactor 2: Past P erformance (2nd Most Important Subfactor, slightly less important than Subfactor 1) Past performance refers to the quality of recent project experience from the owner's perspective. The Offeror, design firm(s) and key subcontractors shall provide customer reference name(s), company affiliation and current phone numbers on the specific project experience sheets submitted for specialized experience. The evaluation under this subfactor will be limited to projects completed or well underway (as defined above) within 5 years preceding the date of the solicitation. The Government will use the specific project experience sheets as part of its past performance evaluation which shall include the performance rating by the owner on the form, if the Offeror was rated. The Government may contact and interview the points of contact and reserves the right to interview other individuals acting for the listed reference, if the listed reference is not available. The team members may also provide brief information on problems encountered on identified contracts and the team members corrective action. Subfactor 3: Proposed Contract Duration and Summary Schedule (3rd Most Important Subfactor, slightly less than Subfactor 2, Equal to Subfactors 4 and 5 Subfactor: Organization/Te chnical Approach (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Subfactors 3 and 5) Subfactor 5: Key Personnel Capability and Experience (3rd Most Important Subfactor, slightly less important than Subfactor 2, Equal to Su bfactors 3 and 4. Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important than Factor 2) IAW FAR 52.219-8 (Utilization of Small Business Concerns). Price and Proforma Forms (price is considered less significant than the al l technical and small business factors). Prospective contractors are encouraged to review this announcement. The Contract Specialist is Major Charlotte H. Rhee. She may be reached by phone at (917) 790-8071 or fax at (212) 264-3013. Questions may be directed to Major Rhee at the following email address charlotte.h.rhee@usace.army.mil. For technical questions, please contact Matt Emigholz at (917) 790-8248 or matthew.w.emigholz@usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, ATTN: Major Rhee New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN01375245-W 20070818/070816222103 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |