Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2016 FBO #5329
SOLICITATION NOTICE

Y -- Renovate Dormitory, Building 98, Thule Air Base, Greenland

Notice Date
6/24/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-R-0012
 
Archive Date
11/24/2016
 
Point of Contact
Loretta E Parris, Phone: 917-790-8182
 
E-Mail Address
loretta.e.parris@usace.army.mil
(loretta.e.parris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Note: This solicitation and award is restricted in accordance with 10 U.S.C. 2304(c) (4) International Agreement, to Danish and Greenlandic firms ONLY. The U.S. Army Corps of Engineers, New York District intends to issue a Two Phase (Two Steps) Design-Build Request For Proposal (RFP), design-build solicitation package seeking to award a low-price, technically-acceptable, firm-fixed price contract, for the design and construction of the renovations to a three story dormitory at Thule Air Base. The scope includes repair to the existing roof, exterior walls and the complete renovation of the interior finishes and fixtures, to exclude replacing interior walls. Interior renovation includes the minor remodel of the first floor into individual modules consisting of a living room, bedroom and bathroom. The second and third floor configuration to remain as is; a single room with a partially shared bathroom between two bedrooms. Each floor will have renovated common and laundry areas. The construction season is short at Thule Air Base. General Conditions at Thule Air Base are as follows: the location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule's location demands that all supplies & personnel must be shipped and/or transported, in or out, via air and/or sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet. Average winter temperature is 20 -30 degrees F below zero while average summer temperature is 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. It is anticipated that the RFP will be issued on or about 08 July 2016 and the proposals for Phase One will be due on or about 30 days later. The evaluation criteria will be as follows: Factor 1- Specialized Past Experience of the Offeror's Design-Build Team (this includes both the Contractor's and his Design's Team experience); Factor 2 - Past Performance of Offeror' Team. The Phase One (Step One) offers will be evaluated independently against the RFP criteria and the proposal will be rated as outlined in the RFP package. The Government will determine the (up to) top five best qualified firms and ask them to participate in the Phase Two. The top 5 Offerors from Phase One (Step One) will then submit their Phase Two (Step 2). The Proposal will consist to responding to the RFP criteria for Factor 3 - Qualifications of the Offeror's Team and the Price Proposal. The evaluation criteria details will be further discussed in the RFP solicitation. The Government will award a firm-fixed-price contract to the responsible Offeror whose Phase One (Step One) and Phase Two (Step Two) proposals are technically acceptable and whose offer is the lowest price. The period of performance for this project is 600 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction. The magnitude of this construction is between $10,000,000.00 and $15,000,000.00. The size standard is $36,500,000.00. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278, U.S.A. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are 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 System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOps), located at http://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 FedBizOps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification and 2. Subscribe to the Mailing List for specific solicitations at www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors for downloads for 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 mandates the use of Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at http://www.cpars.gov/index.htm. The technical evaluation criteria will cover (1) Recent, Relative & Similar Past Experience Projects; (2) Past Performance and (3) Qualifications of the Offeror's Team's Key Personnel. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Loretta Parris, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8182. Email: Loretta.e.parris@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-R-0012/listing.html)
 
Place of Performance
Address: USACE DISTRICT, NEW YORK CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
Zip Code: 10278-0090
 
Record
SN04162137-W 20160626/160624235048-b887d70a28f49f6c57debccf407a0071 (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.