Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2012 FBO #3974
MODIFICATION

Y -- Sources Sought: Multipurpose complex located at the Lakehurst Naval Station in NJ.

Notice Date
10/9/2012
 
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-13-S-0001
 
Response Due
11/8/2012
 
Archive Date
1/1/2014
 
Point of Contact
Patrick Schanley, Phone: 9177908174
 
E-Mail Address
patrick.m.schanley@usace.army.mil
(patrick.m.schanley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA certified 8(a) firms serviced by SBA New Jersey, New York, and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms, or all Small Business having the experience, capability and bonding capacity for the following effort: The proposed project is the construction of a traditionally framed steel structure with brick veneer and metal panel clad walls and standing seam roofs to form a multipurpose complex located at the Lakehurst Naval Station in, NJ, in which the primary facility includes two aircraft hangars; one is a high-bay (22,000 SF) and the other a low-bay (44,000 SF), for the servicing of rotary wing and small fixed wing aircraft. Included within this facility are sheet metal and avionic fabrication and maintenance shops (14,000 SF), and administrative facilities for office and flight crews (18,000 SF). This state of the art facility will have fire suppression/protection/ alarm systems to include high expansion foam in the hangar, and a direct digital control (DDC) controlled ground source geothermal heating and cooling system as well as other measures that incorporate sustainability and energy conservation means into the construction and operation of this facility. Supporting facilities include electricity, water, sanitary sewer, and communications connections and services throughout the facility. Personnel and vehicular access to the facility will be provided via new paved asphalt roadways, walks, and POV parking area. Other site improvements, as well as antiterrorism/force protection and access control measures are also included in the project. A new Portland concrete aircraft parking ramp interconnected by new taxiway to the existing runway is also included with the work. The taxiway has an integral helipad, all of which are complete with airfield/taxiway lighting. Responses to this sources sought will be used by the Government, for market analysis only, to make an appropriate acquisition decisions; such as, use of a small business set aside or full and open competition. This project is planned for advertisement in October 2012 and award in March/April 2013. If significant numbers of qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. Contract duration is estimated at approximately 730 calendar days. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The SBA size standard is $33.5 million in average annual receipts. The estimated construction cost for this project is between $25,000,000 and $100,000,000. Qualifying small business firms must be willing and able to self-performed at least fifteen percent (15%) of the entire project work. Responses should include the following: (1) Company Information & Socio-economic status: Identification and verification of the company as an SBA certified 8(a) firm by SBA New Jersey, New York, or Pennsylvania district offices, HUB Zone, Service-Disabled Veteran Owned Small Business, or Small Business for NAICS Code 236220. (2) CAGE Code and/or DUNS Number (3) Bonding Capability: The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amounts of up to $45,000,000.00. (4) Self Performance of Work: The interested contractor shall provide a statement verifying that the concerned will perform at least 15% of the cost of the contract, not including the cost of materials with its own employees including a description of the work (by type, discipline and/or trade) that will be accomplished by my own employees(self performed). Additionally, the contractor shall provide a complete list that includes the employees title a description of the work; list all permanent employees, name, title, and a brief description of their function (roles and responsibilities; please identify any trade or skill, certifications/license, or educational level necessary to fulfill the position, if not readily apparent from either their title and/or roles and responsibilities). (5) Past Experience with similar work (examples) Indication of relevant past experience through the description of at least two (2) projects and no more than four (4) similar in scope, size, complexity and magnitude to the proposed project, completed within the last seven years. Completed projects are defined as the date the facility was turned over to or occupied by the owner. The definitions of scope, size, complexity and magnitude are defined as follows: a. The scope of the project is new construction of a multipurpose aviation facility including high-bay hangar area and airfield pavements, or similar industrial facility that includes four (4) or more of the following: heavy or long span structural steel construction; standing seam metal roofing; heavy industrial or airfield pavements with associated airfield lighting; industrial grade concrete floors; high expansion foam fire suppression or AFFF hangar protection systems; hangar or large warehouse-type facility with large horizontal or vertical lift doors; state of the art HVAC systems equipment and controls; geothermal heating and cooling systems, and; projects with LEED accreditation silver or better. b. The size of the projects used for past experience is defined as a facility or complex of at least 51,000 gross square feet. c. Projects of similar complexity are required. Complexity is defined as the management and coordination of multi-disciplined construction teams to complete projects that include the majority of the following types of work: structural steel and/or structural concrete; large area roofing; plumbing; electrical; HVAC; fire suppression/protection systems; lighting; communications; equipment and controls installation and site work and paving. d. The magnitude is defined as new construction greater than $25,000,000.00. All interested businesses should submit their responses in writing by mail or package delivery service. The due date for responses is 08 November 2012, 02:00 PM EST. All firms must fill out the questionnaire (form) provided in order for their response to be considered. Send responses to: U.S. Army Corps of Engineers, New York District Attn: MAJ Patrick M. Schanley 26 Federal Plaza, Room 1843 New York, NY, 10278-0090 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. Point of Contact MAJ Patrick M. Schanley E-mail your questions to US Army Engineer District, New York at email: patrick.m.schanley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-S-0001/listing.html)
 
Place of Performance
Address: Joint Base-McGuire-Dix-Lakehurst, New Jersey, United States
 
Record
SN02910477-W 20121011/121009234019-e1d7edf7dde1f3de546f1722baa09e8b (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.