Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

56--The Construction of a Photovoltaic Carport in Fort Dix New Jersey.

Solicitation Number: W912DS-09-R-0007
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: U.S. Army Engineer District, New York
  • Print
:
W912DS-09-R-0007
:
Presolicitation
:
Added: Mar 04, 2009 10:03 am Modified: Mar 09, 2009 2:55 pmTrack Changes

The New York District Army Corps of Engineers intends to award a contract to construct the Photovoltaic Carport consisting of a standard steel carport structure, with a mounted solar panel array and an inverter. This project is fully designed, with the project site at Fort Dix, New Jersey, in accordance with (IAW) FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) procedures. The solicitation number for this project is W912DS-09-R-0007. This is a construction of a Photovoltaic Carport consisting of a standard steel carport structure with a mounted solar panel array and an inverter. The carport is being installed on an existing concrete area that will require repair and is connecting to an existing project. Supporting facilities included in the work are utility connections. This project is fully designed; complete plans and specifications will be issued with this RFP. Providing building commissioning and operations and maintenance manuals are contract requirements. Estimated Construction Cost Range: $2,000,000 - $4,500,000.
The Contractor shall be required to commence work under this contract within five (5) calendar days after the date of the Contractor receives the notice to proceed. The Contractor shall be required to completer the entire work ready for use not later than 365 calendar days after the date the Contractor receives the notice to proceed. Duration of Contract: 365 Days Procurement: Set-a-side to the 8(a) category, Limited to New York, New Jersey, and Pennsylvania.The North American Industry Classification System (NAICS) code is 236210, Construction. The business size standard is $33,500,000.

BASIS FOR AWARD - Procurement will be best value, based on the lowest priced technically acceptable (LPTA) proposal. The successful Offeror must design and construct complete and usable facilities, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offerors ability to meet the Government's requirements at the lowest price. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. Price will not be rated; lowest price will be the basis of award to the successful Offeror. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. Evaluation Criteria: The evaluation factors are as follows: Factor 1: Past Experience, Factor 2: Past Performance, Factor 3: Qualifications of The Offerors Personnel and Factor 4: Small Business Utilization. Factors 1, 2 and 3 are weighted equally and factor 4 is weighted slightly less than factors 1, 2 or 3. This is a lowest price technically acceptable procurement.


OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. However, the Government reserves the right to enter into discussion if deemed necessary, and if discussions are conducted, the Offerors within the competitive range will be afforded the opportunity to revise their proposal. The solicitation will be released on or about 18 Mar 2009. Proposals will be due on or about 27 Apr 2009, 1400 hours eastern standard time (EST).
The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation and amendments if any will not be available or issued. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov). Business opportunities can be located on Federal Business Opportunities (https://www.fbo.gov). Lack of registration in the CCR will make an offeror ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. NOTICE: The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. Both the contractor and government personnel are responsible for inputting PPI data. Performance evaluations prepared in CPARS are transmitted to the Past Performance Information Retrieval System (PPIRS). For specific details and guidance in use of the system, contractor is directed to https://www.nwp.usace.army.mil/ct/I/home.asp. This links the contractor to the Portland District Contractor Appraisal Information Center (CAIC). CAIC is the primary center to assist both the contractor and government personnel in using the system.
Construction Performance Evaluation will be prepared in the Construction Contractor Appraisal Support System (CCASS) sub module of the CPARS. The link to Construction Contractor Appraisal Support System (CCASS) is http://cpars.navy.mil/ccassmain.htm (Used to document contractor performance on Construction contracts.)
The Point of Contact is Jason L Parker, Contract Specialist, U.S. Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8080; Fax: 212-264-3013.

:
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
:
US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
10278-0090
US
:
Jason L Parker
Phone: 9177908080