MODIFICATION
Y -- Regional Training Institute (RTI), Phase II - Project No: 230114 - For the Maine Army National Guard - Specifications - Drawings
- Notice Date
- 5/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Maine, Camp Keyes, Augusta, Maine, 04333-0032
- ZIP Code
- 04333-0032
- Solicitation Number
- W912JD-10-R-0002
- Point of Contact
- Darlene R. Howes, Phone: 2074305608
- E-Mail Address
-
darlene.howes@us.army.mil
(darlene.howes@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Reference Communications Fire Alarm Electrical - 2 of 2 Electrical - 1 of 2 Plumbing Mechanical 3 of 3 Mechanical 2 of 3 Mechanical 1 of 3 Fire Protection Structural - 3 of 3 Structural - 2 of 3 Structural - 1 of 3 Food Service Architectural - 5 of 5 Architectural - 4 of 5 Architectural - 3 of 5 Architectural - 2 of 5 Architectural - 1 of 5 Civil Civil General Division 48 Division 33 Division 32 Division 31 Division 28 Division 27 Division 26 Division 23 Division 22 Division 21 Division 14 Division 12 Division 11 Division 10 Division 9 Division 8 Division 7 Division 6 Division 5 Division 4 Division 3 Submittal Register Division 1 Project Certification Page The USPFO for Maine intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price construction contract. RTI Phase II project consists of a specially designed three separate two story billeting approximately 45,000 sq ft, a single story kitchen and dining hall approximately 6,500 sq ft and 1,500 sq ft enclosed walkways. In addition, there is a ¼ mile running track. Item #0001, Base Price is the price for the entire work, complete in accordance with the requirements of the RFP including drawings and specifications. Item #0002 through #0007 is optional line items and will be evaluated at the time of award. FAR 52.217-5 Place of Performance is the Regional Training Institute, 289 North Hildreth Street, Bangor, Maine 04401. Per Defense Federal Acquisition Regulation Supplement (DFARS) 236.204. The magnitude of the project is between $10,000,000 and $25,000,000. Construction contract completion time is anticipated to take approximately 540 calendar days after Notice to Proceed, to include inspection and punch list. North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. The solicitation is 100% Small Business set-aside. (Ref: FAR 19.5) Offerors are advised that this requirement may be delayed, cancelled, or revised at anytime during the solicitation, or final award process, and is subject to availability of funds. The tentative date for issuing the solicitation, exhibits, specifications and drawings will be on/or about 3 May 2010. No paper documents will be issued by this office. The tentative date for the pre-proposal conference is on Wednesday, 12 May 2010, 11:00amEST at the Army Avn Support Facility (AASF), 92 Hayes Street, Building #260, Bangor, Maine 04401-3091. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to Mrs. Darlene Howes at the following e-mail addresses; darlene.howes@us.army.mil. Provide Firm Name and Telephone or Cell Number. This information must be provided in advance, not later than Tuesday, 11 May 2010; at 11:00amEST in order to ensure adequate seating for the conference attendees. This is an active construction site; all Personal Protection Equipment (PPE); to include hardhats and safety glasses is required as part of this site-visit. DUE TO LIMITED SPACE AVAILABLE FOR PARKING AT THE SITE-VISIT, CARPOOLING IS HIGHLY RECOMMENDED. The solicitation closing date is scheduled for on/or about 29 June 2010. Actual dates and times will be identified in the solicitation. The deadline for submission of Request for Information (RFI) is must be received NOT LATER THAN TEN (10) working days prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. All answers will be provided in writing via posting to the web. https://www.fbo.gov via quick search under W912JD-10-R-0002. The source selection process will be conducted in accordance with FAR Part 15.3. This may result in award being made to a higher-rated, higher-priced offeror, if the Contracting Officer determines that the past/present performance of the higher-priced offeror outweighs the cost difference. The evaluation factors are Past Performance and Price. The relative importance of the evaluation factors that will affect the contract award are as follows: Past performance is approximately equal to price. Prospective offerors shall submit the following volumes in two separate packages. Volume 1, in original and two ( 2) hard copies, to include Standard Form SF 1442 (Solicitation, Offer, and Award) Price proposal, pro forma documents, Representation, Certifications, and Other Statements of Offerors – Section 00600. If any EXCEPTIONS to any of the requirements specified in this solicitation. Volume 2, Past/present performance information in original and two (2) hard copies and Compact Disk (CD) to include (Joint Venture Agreement/DoD Mentor Protègè Program/Formal Teaming Arrangement, If applicable) Exhibit A – Past Performance Relevancy Project Data Sheet, Parts 1 & 2, Key Personnel Qualification - Project Manager, Site Superintendent, Quality Control Manager, Exhibit B’s – Mechanical, Electrical, Civil, Steel Fabricator/Erector, Geothermal, Masonry and Roofing, and Other Past Performance Considerations. Use Exhibit A – Past Performance Relevancy Project Data Sheet will consist of, no more than five (5) example construction projects that best illustrate experience for the past (5) five years prior to the solicitation release date and is complete to 60% or greater. In assessing relevancy, the Government may evaluate an offeror's references for similarity of the project scope, construction methods, overall project size, cost magnitude, location (northern New England), short construction season (winter conditions), project complexity, site work, geothermal, commissioning, site improvement, exterior brick/stone veneer, constructed of structural steel with steel deck, building utility connections, client type, LEED Certified Silver (or better). Photos of projects may be included within the project descriptions, but limit to one per project. Provide a narrative what aspects of the contract you find relevant to the proposed effort and indemnity how each evaluation element ranks, in terms of relevancy. Trends in performance will be considered. Relevancy may affect an offeror’s overall Past Performance rating. The evaluation will also consider the past performance of the following subcontractors, mechanical, electrical, civil, steel fabricator, erector, geothermal, masonry and roofing. If multiple subcontractors for the same discipline are presented then the lowest rated subcontractor will be considered in the evaluation. In assessing past performance, the Government may also consider the past performance of the offeror’s key personnel, Project Manager, Site Superintendent and Quality Control Manager, as it relates to previous projects. Offeror shall submit the names of key personnel that will be assigned to this project. Provide a detailed description of the individuals’ specific role and responsibility for this project. In addition, past project experience including what role or capacity the individual served on each project submitted in Exhibit A Part 1 – Past Performance Relevancy Project Data Sheet. Other Past Performance Consideration Evaluators may also consider the following issues when evaluating an offeror's Past Performance. 1.) Offeror shall identify project involvement by indicating the areas and percent of work they intend to self-perform and the areas and percent of work intend to subcontract. 2.) Offeror shall submit the names of proposed subcontractors with the maximum of three subcontractors for each discipline assigned to this project that is not performed by the offeror. Include duration of experience working with the Prime Contractor. 3.) Effectiveness of value engineering change proposals on prior Government contracts (impact on reducing cost or schedule, increasing efficiency or improving quality 4.) Professional/Industry Awards. 5.) Letters of appreciation, recognition or commendation, etc., received on behalf of a customer may be submitted. The Government will consider up to five such documents 6.) Unique skills and accomplishments. 7.) Assessment of liquidated damages (frequency, circumstances, severity of problem, etc.) 8.) Contractor Desirability: Based on the contractor's overall performance, how willingly would a customer re-hire the offeror. Client satisfaction will be measured based upon quality of work, effectiveness of management, timely completion of work, compliance with safety standards and Federal laws and regulations utilizing Past Performance Reference Questionnaire, Exhibit C in the solicitation. The government intends to award without discussions. This solicitation is not a competitive bid and there will not be a formal public bid opening. Interest offerors must be registered in the DoD Central Contractor’s Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contracting the CCR Information Center at 1-888-227-2423. It shall be the contractor’s responsibility to check the web-site for amendments. A list of interest vendors (potential offeros and subcontractors) is available on the https://www.fbo.gov web-site, via quick search under W912JD-10-R-0002. This announcement serves as the advance notice for this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-10-R-0002/listing.html)
- Place of Performance
- Address: The Regional Training Institute (RTI), 289 North Hildreth Street, Bangor, Maine 04401, Bangor, Maine, 04401, United States
- Zip Code: 04401
- Zip Code: 04401
- Record
- SN02144253-W 20100509/100507235156-2bf244c8f903b28929030599837222a8 (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 |