Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

Y -- Pershing Barracks Renovation/Modernization, West Point New York

Notice Date
6/1/2016
 
Notice Type
Presolicitation
 
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-B-0010
 
Archive Date
7/1/2016
 
Point of Contact
Orlando Nieves, Phone: 9177908078, ,
 
E-Mail Address
orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bid (IFB) seeking to award a firm-fixed price construction contract for the repair of a 124,692 SF, multi-story cadet barracks building at West Point, NY with a current capacity of 391 Cadets with 153 rooms. The scope of the work entails the repair of the entire Pershing Barracks (Building 751). Building repairs will include repairs to architectural features, mechanical/electrical/plumbing systems, and hazardous building material abatement. Architectural repairs will address failing condition of walls, floors, ceilings and stairwells. Building exterior and envelope repairs will include repairs to water infiltration systems, structural roof systems, insulation and waterproofing, windows, rooftop equipment screening, and exterior masonry and limestone. Mechanical/Electrical/Plumbing (MEP) repairs will include fire suppression and water supply systems, fire alarm and mass notification system, fire detection/protection/monitoring/controls, heating and ventilation systems, plumbing systems, electrical systems, telecommunication and cabling systems, closed circuit television (CCTV), alarm and card access systems, public address systems, time clock systems, cable television systems, and distributed antenna systems (DAS). Hazardous building materials (HAZMAT) including asbestos, lead, radon, and mold are known to exist. Repairs will include the abatement of all HAZMAT that is known. It is anticipated that additional unknown HAZMAT may be discovered during repair and will also be abated. This facility will accommodate 270 Cadets for a total of 135 rooms after the repairs are complete. There are 6 Tactical Officers and Tactical NCOs in addition to the cadet rooms. Repairs will comply with EPAct 2005, EISA 2007, Executive Orders (EO) 13423 and 13514, and other current Guiding Principles for High Performance and Sustainable Building. This project will follow guidance detailed in the DoD Sustainable Buildings Policy and UFC 1-200-02 requirements. Sustainable principles will be integrated into the design development and construction of the project in accordance with Executive Order 13423 and other applicable laws and executive orders. This project has been designed for, and shall be developed for a sustainable rating of certified in accordance with LEED NC Version 3.0. This procurement is being solicited under 100% Full and Open Competition. The North American Industry Classification System (NAICS) code is 236220. The business size standard is $36,500,000. The project magnitude is between $25,000,000.00- $100,000,000.00. The period of performance will be 365 calendar days from the issuance of the Notice to Proceed (NTP). Plans and specifications for Solicitation will be available on or about 16-June-2016. Bid Opening date is on or about 19 July 2016 at 2:00 P.M. (Eastern Standard Time). Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to Orlando Nieves at Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil. The small business subcontracting goals for USACE New York District are as follows: Small Business 40.0%, Small Disadvantaged Business 3.0%, Women-Owned Small Business 7.0%, HubZone Small Business 1.0%, Veteran Owned Small Business 2.0% and Service Disabled Veteran Owned Small Business 3.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be 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 Federal Business Opportunity (FedBizOpps), located at http://www.fbo.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 FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). 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 mandate the use of Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-B-0010/listing.html)
 
Place of Performance
Address: West Point, New York, United States
 
Record
SN04134962-W 20160603/160601235056-9bcf0ad0aba156ef29b46a208d3f8ebd (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.