Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
MODIFICATION

Y -- Health Clinic (Soldier Family Care Clinic- Fort Drum, NY) - Amendment 5

Notice Date
8/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-R-0023
 
Response Due
6/29/2012
 
Archive Date
2/28/2013
 
Point of Contact
Patrick Schanley, Phone: 9177908174
 
E-Mail Address
patrick.m.schanley@usace.army.mil
(patrick.m.schanley@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0005 This acquisition is proceeding as a 100% Small Business Set Aside. Two Phase, Design Build, Best Value Process. Health Clinic, New York In Accordance with FAR 36.204 and DFARS 236.204 the estimated magnitude of this construction project is between $10,000,000 and $25,000,000. The New York District of the U.S. Army Corps of Engineers (USACE) proposes the construction of a Health Clinic which will be located at Fort Drum, New York. This solicitation will be evaluated under the Two Phase, Design Build, Best Value Trade-Off Process. Interested Small Business firms or Small Business Joint Venture entities (referred to as "Offerors") will submit certain specified performance capability information, demonstrating their capability to successfully execute the design-build construction of contract resulting from this solicitation. The Government will evaluate the performance capability information in accordance with the criteria described in the solicitation. Scope of Work: Design-Build a 22,496 sf Health Clinic. Primary facilities include the clinic, evidence-based design (EBD) and building information systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005(EPAct05) features will be provided. Work will include fire protection, detection, and alarm systems; connections with the energy monitoring and control system (EMCS); and installation of intrusion detection systems (IDS). Supporting facilities include electric service, natural gas, water and sewer services; security lighting; fire protection; paving; walks, curbs and gutters; storm drainage; signage; information systems; site improvements and landscaping; fencing with gates; and Antiterrorism (AT) measures. Heat and air conditioning will be provided via self contained systems. Access for persons with disabilities will be provided. Comprehensive interior and furnishings related design services are required. Air Conditioning (Estimated 80 Tons). Evaluation Criteria: General Instructions: The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: PHASE 1 PROPOSAL VOLUME I AND RELATED EVALUATION FACTORS: FACTOR 1 - Specialized Experience SUBFACTOR 1: Contractor Experience SUBFACTOR 2: Designer Experience FACTOR 2 - Past Performance SUBFACTOR 1: Contractor Past Performance SUBFACTOR 2: Designer Past Performance FACTOR 3 - Organization and Technical Approach FACTOR 4 - PROFORMA INFORMATION PHASE 2 PROPOSAL VOLUME II - PROPSAL AND RELATED EVALUATION FACTORS: FACTOR 1: Quality of Building Systems and Materials FACTOR 2: Building Functionality and Aesthetics FACTOR 3: Quality of Building Systems and Materials FACTOR 4: Site Design FACTOR 5: Proposed Contract Duration and Summary Schedule VOLUME III - PRICE AND PRO-FORMA INFORMATION FACTOR 1: Price FACTOR 2: Bid Bond (not rated) FACTOR 3: Self-Performed Work FACTOR 4: Required Pre-Award Information (Not rated). The Government is looking for ways to streamline construction, manage labor and other resource constraints in an effort to reduce costs and achieve an aggressive schedule in executing task orders to meet the Army's Transformation program goals of faster project execution at lower cost, while taking advantage of industry standards, means and methods. In Phase 1 of the 2 step design-build selection procedure, interested firms or joint venture entities (referred to as "offerors") submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described herein and will short-list no more than four (4) of the Phase 1 offerors to compete for the design-build contract in Phase 2. The period of performance for this project is anticipated to be 730 Days. Procurement: This procurement is being solicited as Competitive Small Business. Procurement and will be based on a (2 phase) procurement, Best Value -Trade Off. This Procurement will be conducted under the Federal Supply Code: Y1AZ - Other Administrative and Service Buildings; the Standard Industrial Classification Code: 1542, North American Industry Classification System Code: 236220, Commercial and Institutional Building Construction. The size standard for this code is $33,500,000. The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on Department of Defense (DoD) contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 April 2007, the system, Contractor Performance Assessment Reporting System (CPARS), requires both the contractor and the Government to submit their portion of the CPARS report via the internet for construction contracts. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the system, the CPARS website has a computer-based training module and a practice session for your use at https://www.nwp.usace.army.mil/ct/I/home.asp by following the links to the training. It is anticipated that the RFP (Request for Proposal) will be issued on or about 15 days from the date on this pre-solicitation notice on or about 29 June 2012, for downloading at the Government's website at http://www.fbo.gov/. No paper copies will be issued. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC AND Alternate POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. 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. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and FedBizOpps,. The system called FedBizOpps has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all federal agencies. Business opportunities can be located in FedBizOpps or the Army single face to Industry (ASFI) acquisition business website https://acquistion.army.mil/asfi. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov or utilize the vender notification service in ASFI. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, printed using A5. Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with the FedBizOpps website. Prospective contractors must be registered in the DoD CCR database prior to award. Lack of registration in CCR will make and offeror ineligible to download the solicitation for award. Information on CCR registration is available at http://www.ccr.gov. For further information, direct questions to Contract Specialist, MAJ Patrick Schanley, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8174. Fax: 212-264-3013. E-mail: Patrick.m.schanley@usace.army.mil AND Alt POC Mr. Albert C. Rumph; E-mail: albert.c.rumph@usace.army.mil Telephone: 917-790-8078.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0023/listing.html)
 
Place of Performance
Address: Fort Drum, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02860747-W 20120831/120830000406-07c232cd532bccfcd94c22d063d194b9 (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.