Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

Y -- W912DS-07-R-0027, Brigade Combat Team (BCT) II, Fort Drum, New York

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
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-R-0027
 
Response Due
9/24/2007
 
Archive Date
11/23/2007
 
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 construction of the new Brigade Combat Team II (BCT), Phase II Complex, Fort Drum, New York. This procurem ent is being solicited as UNRESTRICTED with HubZone preference. This project is planned for advertisement in September 2007. Contract duration is estimated at approximately 540 calendar days. The North American Industry Classification System (NAICS) code is 236220. The estimated price range is between $30,000,000 and $50,000,000; and a bid bond is required with submittal of the proposal. The scope of project includes all work required to design and construct a Brigade Combat Team (BCT II), Phase Facility located at Fort Drum, NY as follows: Construct a standard design barracks and company operations facilities for Brigade Combat Team Complexes. Primary facilities include company operations facility and barracks, information systems, fire protection systems and fire alarm control systems. Proj ect will include connection to Energy Monitoring and Control System (EMCS), and installation of intrusion detection system (IDS). Supporting facilities include water, sewer, electric, gas, paving, walkways, storm drainage, site improvements and information systems. Anti-terrorism/force protection will be provided by resistance to progressive collapse, special windows and doors, and site measures. Accessibility for individuals with disabilities will be provided in public areas. Comprehensive building and fu rnishings related interior design services are required. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offerors ability to meet the Governments solicitation requirements. Offerors must demonstrate a thorough understanding of proj ect requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. Offeror shall specifically address each of the evaluation factors. The proposed solicitation will be a FAR Part 15 Best Value, Trade-Off soli citation. The Contracting Officer will award a firm fixed-price contract to that responsible Offeror whose proposal the Source Selection Authority has determined conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering all non-price factors described herein, and price. All evaluation factors, other than price, when combined, are considered significantly more important than the price. As part of the evaluation, the Government will evaluate betterments in proposals relative to the minimum standards in the RFP to determine if they offer additional value to the Government. In addition, innovations in proposals will be evaluated to determine if creative ideas of the Offeror are a better val ue to the Government compared to the minimum criteria. Evaluation Criteria: The submission requirements are significantly more extensive then previous Fort Drum solicitations and it is highly recommended that all offerors view the complete proposal submis sion and evaluation requirements (For example: Section 00111: PROPOSAL SUBMISSION REQUIREMENTS EVALUATION CRITERIA AND BASIS OF AWARD ONE STEP - -BEST VALUE, DESIGN BUILD) on the following New York District website under W912DS-07-R-0017: http://www.nan.us ace.army.mil/business/buslinks/contract/fy07/W912DS-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 dr awings, technical approach narratives and information regarding material and system 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 O fferor to mutually understand whether or not the proposal meets or exceeds the minimum 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: Bui lding Functional Aesthetics (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: Sustainability (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 S ubfactor). 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 a nd mechanical installation, (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 involvement 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 loca l government and private 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 t hose discussed in the experience 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 mul tiple functions or divisions, 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. T he 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 commerc ial or in situational type. Subfactor 2: Past Performance (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 project s 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 mem bers 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, Equ al to Subfactors 4 and 5 Subfactor: Organization/Technical 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 Subfactors 3 and 4. Factor 3: Small Business Utilization (3rd Most Important Factor, slightly less important th an Factor 2). Price and Proforma Forms (price is considered less significant than the all technical and small business factors). The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at http://www.fedteds.gov. All vendors who want t o access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeds) (www.fedteds.gov). The new system called Federal Technical Data System Fedteds (http://www.fedteds .gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov). There will be no automated email notifica tion o f amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. A hyperlink posted in FedBizOps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendments. Utilization of the Internet is the pref erred method; however, CDs will be available upon written request stating the solicitation number, 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 payable in the amount of $15.00 to USACE, NY District. Checks should be sent to U.S. Army Corps of Engineers, 26 Federal Plaza, Room 1843, New York, New York 10278-0090. Registration Requirements: DFARS 252.204-7004 Required Central Contrac tor Registration (CCR) applies to this procurement. To be eligible for award prospective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for a ward. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888 -227- 2423 or via the Internet at http://www.ccr.gov. The Contract Specialist for this procurement is Albert Rumph; he may be reached by phone at (9 17) 790-8078 ax at (212) 264-3013. Questions may be directed to Albert Rumph at the following e mail address albert.c.rumph@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, ATTN: Albert Rumph New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01383141-W 20070825/070823222155 (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 |
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.