Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SOURCES SOUGHT

Y -- Sources Sought Notice for Bldg 620 Whole Building Repair Project, United States Military Academy, West Point, NY

Notice Date
4/24/2020 4:39:18 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
w912ds20s0020
 
Response Due
5/11/2020 1:00:00 PM
 
Archive Date
05/26/2020
 
Point of Contact
Monica Chahary, Phone: 9177908182, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
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 firms serviced by SBA New Jersey, New York, and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be an invitation for bids. �Project magnitude is between $25 million and $100 million. SCOPE OF WORK: Building 620 was built in 1908 and is used as an existing dormitory. The building is showing signs of age. Major building systems and components are failing due to their age and deterioration from continual use. Various retrofit repairs have been made in the past, but the facility lacks the means to support modern living standards. The building�s essential elements are in need of repair to prevent further failure, continued deterioration, and avoid potential future hazards. The project entails the full renovation of the unaccompanied personnel housing (UPH) Barracks, building 620, and its supporting facilities including surrounding paving, landscape, and utilities infrastructure tie-ins. The current barracks facility has 75 Barracks Rooms and an administrative wing totaling 5,959 Gross Square Feet (GSF). The entire building is 54,237 GSF. Building interior improvements shall replace sub- standard design, life/safety, and energy conservation issues that are no longer comply with current industry standards and accommodate modern living conditions. Improvements shall also entail the replacement of furnishings and finishes to address the deteriorating condition of furniture; interior walls and insulation; doors and door hardware; interior wall finishes; finish floors coverings; ceiling height and materials; toilet room finishes and fixtures. Building exterior renovations shall address failing and or deteriorating systems including water infiltration repairs; partial structural roof system replacement at flat roof; new roofing insulation and waterproofing at flat roof portion of building; new roof metal work including gutters and flashing at slate roof; repair slate roof; window replacement; repair of exterior wall. Hazardous building material such as asbestos, lead, and radon may exist and shall be abated. Mildew and mold that has formed due to water infiltration or improper ventilation shall also be abated. All renovation to correct building failures shall impact only non-historic components or systems. Coordination with SHPO and local historic preservation agencies as well as observance of preservation policies shall be observed. Mechanical/Electrical/Plumbing (MEP) improvements shall correct failures and aging systems through complete replacement including: fire suppression and water supply systems; fire alarm and mass notification system; fire detection, protection, monitoring, and controls; heating and ventilation systems; plumbing systems; electrical systems; telecommunication and cabling systems; security closed circuit television (CCTV); access control card access systems; public address systems; time clock systems; cable television systems; and distributed antenna systems (DAS). Supporting facility improvements shall address utility infrastructure, hardscape and landscape features, and site security features within the project site limits. These include replacement of all deteriorated and/or under-capacity lateral utility lines including domestic water, fire protection water, heating hot water, sewer, natural gas, electrical and storm sewer systems back to main shutoff valve, manhole, and pad mounted transformer; the replacement of all walkways, replacement of damaged trees, shrubs, groundcover, and lawn; replacement of damaged curbing, steps, ramps, railings, and other hardscape features; installation of new tree-well grates, benches, trash receptacles, and removable bollards (if necessary). 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 28 May 2020 and award on or about 15 July 2020.� If 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 605 calendar days. �The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. � All interested businesses should notify this office in writing by mail or e-mail and provide a response to the questions below: Prior Construction/Renovation Performance � Submit a brief description of two (2) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (similar soldier barracks/dormitory, a university or college hall of residence or hotel, or multi-story hotel): the Construction/Renovation of a 50,000 square foot, wood beam structure, truss, graduated slate roof tiles and column frame facility with concrete foundations and concrete foundation walls and a large HVAC system with approximately 100 Ton cooling water chiller system. � Please state whether the company is an SBA certified firm, such as HUB Zone, Service-Disabled Veteran Owned Small Business, or Small Business for NAICS Code 236220. � Provide CAGE Code and DUNS Number. � The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above.��� � All interested businesses should submit their responses in writing by e-mail to the following: Monica Chahary, Contract Specialist E-MAIL: monica.c.chahary@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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94a73337c8584d9f85562df8d2df7411/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN05635878-F 20200426/200424230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.