Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
SOURCES SOUGHT

Y -- Sources Sought Notice for Packaging, Handling, Shipping and Transportation (PHS&T) Center located at Picatinny Arsenal, New Jersey.

Notice Date
2/10/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-S-0021
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
Point of Contact
Tshura Jones, 9177908081<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSITITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMATION IN REQUESTS. THE GOVERNEMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The U.S. Army Corps of Engineers, New York District is issuing this Sources sought Notice to determine if there are an adequate number of interested and qualified firms. This sources sought seeks small businesses under the size standard 33.5 million, SBA 8(a) firms certified in New Jersey, New York and Pennsylvania, HUB zone,or Service-Disabled Veteran Owned Small Business (SDVOSB). The work is for the new Packaging, Handling, Shipping and Transportation (PHS&T) Center. The proposed new construction located at the Picatinny Arsenal includes an enclosed Test Laboratory (8,000 SF), High Bay Test Laboratory (18,000 SF), Administrative/Engineering offices (14,000 SF), and Heated Storage Area (6,000 SF). All of the above components are connected and together they form a single story industrial type building. Special features include special foundations, outdoor covered test area, outdoor test ramps, emergency generator, IDS installation, building information systems, fire protection and Anti-terrorism (AT) measures, Sustainable Design and development (SDD) and compliance with the Energy Policy Act of 2005 (EPAct05). Supporting Facilities include site work, paving, site improvements and utilities. Access for individuals with disabilities will be provided. Additionally, the work may require demolition of sub grade utilities and foundations, structure or equipment in or servicing the existing building it will adjoin. It is anticipated that dewatering maybe required for excavation during placement and/or connection to some in ground utilities and construction of the foundations. Responses to this sources sought will be used by the Government to make an appropriate procurement decision whether the project can be set-aside for the Small Business program. This project is planned for advertisement in Apr 2009 with award scheduled in June 2009. Contract duration is estimated at approximately 630 calendar days. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction). The business size standard is $33.5 million. The estimated price range is between $20,000,000 and $23,000,000. Fifteen percent (15%) of the work is to be self-performed. All interested businesses should notify this office in writing by mail or fax by 27 Feb 09, 04:00 PM EST. Responses should include: (1) Identification and verification of the company as an SBA certified 8(a)firm by SBA New Jersey, New York and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business or small business. (2) CAGE Code and DUNS Number; (3) Past Experience through the description of completed projects or up to 70% complete that are similar in size, scope and complexity to the proposed project, and the percentage and type of self-performed work; (4) Capability of obtaining performance and payment bonds for a project in the dollar amount (price) range between $20,000,000 and $23,000,000; and (5) A statement verifying the contractor will perform 15% of the work and the type of work to be self-performed and firm capabilities. Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: SGT Tshura Jones, New York, NY, 10278-0090 or by fax to (212) 264-3013. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac7c37015dcca191b60e3b0c54a93fc2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01747734-W 20090212/090210220159-ac7c37015dcca191b60e3b0c54a93fc2 (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.