SOLICITATION NOTICE
Y -- New Railhead Loading Facility, Fort Drum, NY
- Notice Date
- 6/30/2020 8:38:16 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS20R0018
- Response Due
- 7/15/2020 11:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Mohenda R. Surage, Phone: 9177908088, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
mohenda.r.surage@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(mohenda.r.surage@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) solicitation package seeking to award a 2-Step Best Value Trade Off firm fixed price contract for the construction of a new Railhead Loading Facility. The contract will be procured using the two step design/build selection procedures. The scope of the work includes a new railhead loading area and facilities with concrete ramps, container side loading area, and rail operations storage building. Supporting facilities shall include an Alert Holding Area with concrete marshalling area and a cargo inspection facility with weigh-in-motion scales, container handling storage/repair facility with container staging area, overhead lighting, electric, water, sewer, and gas utilities services, parking lot, railhead support, concrete truck loading ramps, fencing, fence gates, and information systems communication lines.� Air Conditioning: (Estimated 10 tons). Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance.� The contractor shall be responsible to understand the operational performance of the railhead facility including circulation pattern, ramps, staging, building operations, and storage requirements; and the existing tracks must remain uninterrupted throughout project duration, except for scheduled shutdowns during repairs and infrastructure installations. This project will be acquired as a full and open solicitation via the 2-Step Best Value Trade Off method. It is anticipated that the RFP will be issued on or about 15 July 2020 and the proposals will be due on or about 30 days later.� The period of performance for this project is estimated to be 730 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Contract Opportunities website at https://beta.sam.gov/.� PLEASE NOTE:� www.fbo.gov IS NOW https://beta.sam.gov/.� The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Construction.�� The small business size standard for this code is $39,500,000. The magnitude of this construction is estimated to cost between $15,000,000.00 and $35,000,000.00. �� Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room� 16- 300, 26 Federal Plaza, New York, NY 10278-0090.� PLEASE NOTE NEW ROOM NUMBER:� 16-300.� 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 medium utilized for this project is 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 Contract Opportunities, located at https://beta.sam.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 Contract Opportunities website at https://beta.sam.gov/. 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 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 http://www.cpars.csd.disa.mil. The Phase 1 Technical Evaluation criteria will cover (1) Recent Relative Experience, and (2) Past Performance. Evaluation of Phase 1 proposals will determine (up to) five (5) of the best qualified firms. The Phase 2 Technical Evaluation criteria will cover (1) Qualifications of the Offerers Team, (2) Technical Approach and Concept Design, and (3) Phasing and scheduling. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Mohenda Surage, Contract Specialist and Nicholas Emanuel , Contracting Officer, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16- 300, New York, NY 10278-0090. Phone: (917)790-8088/(917)790-8069. Fax: �(212) 264-3013. Email: �Mohenda.R.Surage@usace.army.mil/Nicholas.P.Emanuel@usace.army.mil� .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b48feccba47648eeae6531e52fa6e26f/view)
- Place of Performance
- Address: Fort Drum, NY, USA
- Country: USA
- Country: USA
- Record
- SN05707925-F 20200702/200630230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |