Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2016 FBO #5158
SOURCES SOUGHT

Y -- Renovations at the Times Square Recruiting Booth located in Times Square, New York, NY

Notice Date
1/5/2016
 
Notice Type
Sources Sought
 
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-S-0007
 
Archive Date
2/4/2016
 
Point of Contact
Lisa M. Assim, Phone: 9177908180, ,
 
E-Mail Address
lisa.m.assim@usace.army.mil, NYDContracting@usace.army.mil
(lisa.m.assim@usace.army.mil, NYDContracting@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 and all Small Businesses having the capability and bonding capacity for the following effort: Renovations at the Times Square Recruiting Booth located at the heart of Times Square in New York, New York. The scope of work will include, but is not specifically limited to the following items: removing and replacing the roof and the pigeon deterrent system on the roof, installing new, bullet-proof glass on the front doors and adjacent panels as well as in other locations on the facility, install a new fire alarm system, complete replacement of interior sub-flooring and flooring, install a new camera system with HD, night definition capability, replace a lock system, interior painting, replacing the existing HVAC, electrical & fixture upgrade, and add bollards around the facility. Work includes pedestrian traffic safety measures and coordination with several NYC agencies, committees and building departments, as well as obtaining any necessary permits. The contractor must be experienced in working in a highly visible, highly used and very populated area; special consideration shall be required for all coordination and construction. Responses to this sources sought will be used by the Government for market analysis only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set aside or full and open competition. This project is planned for advertisement in April/May 2016 and award on or about July 2016. If qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. For 8(a) and HUBZONE, firms must be certified by the Small Business Administration (SBA). Contract duration is estimated at approximately 270 calendar days. The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. The SBA size standard is $36.5 million in average annual receipts. The estimated construction cost for this project is between $500,000 and $1,000,000. Limitations on Subcontracting: General construction. If set-aside for small businesses or 8(a) concerns. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. If set-aside for service-disabled veteran owned small businesses concerns. General construction. At least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns If set-aside for HUBZone small business concerns, General construction. (i) At least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; and (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns. Before issuing a solicitation for general construction or construction by special trade contractors, the contracting officer shall determine if at least two HUBZone small business concerns can spend at least 50 percent of the cost of contract performance to be incurred for personnel on their own employees or subcontract employees of other HUBZone small business concerns. The clause at 52.219-3, Notice of HUBZone Set-Aside shall be used, as applicable, with its Alternate I to waive the 50 percent requirement if at least two HUBZone small business concerns cannot meet the conditions of paragraph (i), (ii) and (iii); but, the HUBZone prime contractor can still meet the following - (1) For general construction, at least 15 percent of the cost of the contract performance to be incurred for personnel using the concern's employees; or (2) For construction by special trade contractors, at least 25 percent of the cost of contract performance to be incurred for personnel using the concern's employees) Responses should include the following: (1) 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) The firm shall illustrate relevant past experience through submitting the description of a minimum of two (2) past performed projects and not more than four (4) past performed projects, similar in complexity to this project, that has been completed within the last seven (7) years. Completed projects are defined as the date the facility was turned over to or occupied by the owner. Complexity is defined as follows; Past projects that: (a) Demonstrate a construction project, either repair or a new building construction, located within the NYC area (b) Demonstrate any NYC past permitting actions executed to indicate past experience and knowledge/requirements within the City of permits, and which type of permits were obtained (c) Demonstrate the Prime's management and coordination of multiple trade sub-contractors (d) Demonstrate working in a congested/populated area and where pedestrian traffic was encountered and how any sidewalk/roadway detours were achieved. (e) Demonstrate any past multiple agency and committee reviews and coordination (f) Demonstrate past projects that contained a curtain wall construction (4) The interested contractor must indicate their capability of obtaining performance and payment bonds for a project up to $2 million. All interested businesses should submit their responses in writing by mail or package delivery service. The due date for responses is Wednesday, 20 January 2016 at 02:00 PM EST. Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843, ATTN: Lisa Assim, New York, NY, 10278-0090 Lisa.M.Assim@usace.army.mil 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 Lisa Assim, 917-790-8180, lisa.m.assim@usace.army.mil Place of Performance Times Square Recruiting Booth, New York, New York
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-S-0007/listing.html)
 
Place of Performance
Address: New York, New York, United States
 
Record
SN03982800-W 20160107/160105234357-fbc74cdc056466647db35b496b6d055c (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.