SOURCES SOUGHT
Y -- Commercial Vehicle Security Entry Control Point, JB-MDL, NJ
- Notice Date
- 6/30/2020 1:52:15 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
- W912DS20S0025
- Response Due
- 7/15/2020 1:00:00 PM
- Archive Date
- 07/30/2020
- Point of Contact
- Mohenda R. Surage, Phone: 9177908088
- E-Mail Address
-
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@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 small business firms, including any socioeconomic category, having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Request For Proposal, The project cost is between $5 million to $10 million. The description of the project is as follows: � � �The design & construction of a commercial vehicle entry control point gate, associated control facilities and some new and some re-aligning access roadwork into the Lakehurst Naval Installation. The project will include hardened entry check-in security control buildings, covered vehicle inspection station, an over-watch facility, passive-active barriers, crash-beam and pop-up reinforced fencing located at the perimeter. The project will also include site improvements such as pavements, roadwork, grading, drainage, erosion and sediment controls, utilities, and communication infrastructure (i.e. closed circuit television, local network, alarm systems, CATV, etc.). The roadway will be reconfigured to align the commercial checkpoint entrance with the new County Road 547 intersection, it will have proper deceleration lanes and truck maneuverability lanes. The project will also demolish three existing buildings. Environmental construction will involve tree clearing in the area. The facility will be approximately 6,000 SF to house the administrative, personnel security checkpoint and commercial vehicle inspection bays. The building will be constructed of reinforced masonry exterior walls, it will have ballistic rated windows and doors. There will be a lobby/waiting area, an identification check area, an administrative area, a holdroom for persons placed under arrest, a break room and bathrooms. There will be a commercial inspection bay to be designed and constructed with a structural steel frame and insulated metal panel exterior walls. The bays will be enclosed on both ends by roll-up metal doors. This portion of the facility will also be constructed with a sloped standing-seam metal roof. The bays will also be climate controlled throughout the year by ventilation in summer months and either gas-fed or electric radiant heating in winter. Site demolition will mostly include the removal of trees throughout the site, clearing approximately 10-11 acres of trees and brush for development of the site. Few utilities exist on site with the exception of miscellaneous storm lines used to drain the surrounding park areas. 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 design-build project is planned for advertisement starting in July 2020 with an award anywhere from February 2021 until June 2021. An Environmental Assessment of the area is concurrently being worked and will be approved prior to a construction award. � This will be a Two Phase, Request for Proposal acquisition; meaning Phase 1 will evaluate Team Qualifications as described is a future solicitation and Phase 2 will evaluate additional Factors Qualifications and the Price Proposals. 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 540 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 fax and provide a response to the questions below: Prior Construction Performance � Submit a brief description of two (2) past performed projects, completed in the last seven (7) years (defined as turned over to the customer), for a scope as follows: one project similar to a road construction project and one for the construction of a 5,000 SF, structural steel facility with associated facility utilities, mechanical, electrical, plumbing, fire safety, and communications systems. Provide a statement verifying the Prime Contractor and any subcontractor that is a similarly situated entity are capable and will perform twenty (20%) of the physical work and indicate the type of work to be self-performed by these entities. Note whether your company is a large business or a small business. If small, please note any socioeconomic categories your company falls under 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 mail or package delivery service. The due date for responses is 15 July 2020, 04:00 PM EST. Send responses to: Mohenda Surage at Mohenda.r.Surage@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 E-mail your questions to�Mohenda.r.Surage@usace.army.mil � Place of Performance Joint Base-McGuire/Dix/Lakehurst, Ocean County, New Jersey
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/84eee55144cb46b49222d0de91ca04a5/view)
- Place of Performance
- Address: Lakehurst, NJ, USA
- Country: USA
- Record
- SN05708796-F 20200702/200630230149 (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 |