MODIFICATION
Y -- Building 620 Whole Building Repair Project, United States Military Academy, West Point, NY
- Notice Date
- 8/18/2020 1:54:10 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- New York New York NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS20B0013
- Response Due
- 9/17/2020 11:00:00 AM
- Archive Date
- 10/02/2020
- 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, intends to award a firm fixed-price construction contract through the Invitation for Bid (IFB) process, unrestricted full and open competition, for the following 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). The period of performance for this project is approximately 610 calendar days from the Notice to Proceed date. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. In accordance with DFARS 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. 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 beta.SAM.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 beta.SAM.gov. Check beta.SAM.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 the POC for this project: Monica Chahary, Contract Specialist, Telephone: (917) 790-8182 or E-mail: monica.c.chahary@usace.army.mil. Secondary POC: Nicholas Emanuel, Contracting Officer, E-mail: nicholas.p.emanuel@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/da94e12ead5a460baa81352ca5c2fbca/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN05762514-F 20200820/200818230157 (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 |