MODIFICATION
Y -- Caven Point Marine Terminal - Solicitation 1
- Notice Date
- 5/15/2014
- 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-14-R-0006
- Response Due
- 6/16/2014 2:00:00 PM
- Archive Date
- 6/23/2014
- Point of Contact
- Matthew A. Guilday, Phone: 9177908081
- E-Mail Address
-
matthew.guilday@usace.army.mil
(matthew.guilday@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912DS-14-R-0006 Specs Step 1 - For Information Only W912DS-14-R-0006 Plans Step 1 - For Information Only W912DS-14-R-0006 Solicitation The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP) to award a Firm Fixed Price contract for a New Marine Terminal at Caven Point. The estimated project duration is 730 days. The proposed project, Caven Point Marine Terminal, is owned and operated by the U.S. Army Corps of Engineers, New York District. It is the home of New York District's marine fleet. The facility was severely damaged during Superstorm Sandy in October 2012. This project will construct a replacement facility allowing New York District to continue to meet its mission requirements. The intent of this project is to modernize the facility by replacing the old damaged facility and adding new features such as a small boat ramp and a boat house. The new facility is a mixed use facility containing the following: boat maintenance area, warehouse storage, administrative areas, laboratories, training center/Alt Emergency Operations Center, boat house, and other supporting areas. The new building's foundation will consist of a large number of friction piles. The building's exterior will be a combination of reinforced concrete wall and exterior wall panels. The building is designed to be dry flood proof and therefore will have flood gates protecting the exterior walls and concrete up to 32 quote mark thick below the flood elevation. The building also contains a number of large curtain walls. While most of this project is fully designed, there are some aspects that are performance based where the Government will require a design submission on prior to start of construction. The total SF for the project is approximately 47,000 SF. The facility will remain operational during construction so close coordination and phasing will be a requirement. The solicitation will be a 2 step best value solicitation. The first step will include technical factors for the Offerors to propose on from which the Government will determine the (up to) top 5 qualified firms and invite them to participate in the second step. The (up to) top 5 Offerors from Step one will then submit their price proposals and additional technical proposals for step 2. This procurement is being solicited as Unrestricted 100% Full and Open Competition to all business concerns and issued pursuant to the Small Business Competitive Determination Program with HubZone Price Evaluation preference. The North American Industry Classification System (NAICS) code is 236220. The business size standard is $35,000,000. The magnitude for this project is more than $10,000,000.00 with a bid bond required with the submittal of proposal. The solicitation number is W912DS-14-R-0006. All questions must be submitted in writing via email to the POC. After Phase Two, if selected for award, large business concerns must submit a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan may make the offeror inelegible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 40%, Small Disadvantaged Business 3%, Women-Owned Small Business 7%, HubZone Small Business 1%, Veteran Owned Small Business 2%, and Service Disabled Veteran Owned Small Business 3%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy for Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. 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. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with the System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunities (FedBizOpps), located at https://www.fbo.gov in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website. Some contractor tools are as follows: 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Matthew Guilday, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8081 Fax: 212-264-3013. E-mail: matthew.guilday@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-R-0006/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03367967-W 20140517/140515235546-7e1d774f4b39de1d9b483af7f3051d86 (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 |