Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
SOURCES SOUGHT

Y -- Sources Sought Notice � Munitions Storage Area, Joint Base-MDL, New Jersey

Notice Date
4/29/2021 7:33:33 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
New York New York NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS21S0030
 
Response Due
5/14/2021 1:00:00 PM
 
Archive Date
05/29/2021
 
Point of Contact
sandra schenning, Phone: 9177908177, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
sandra.l.schenning@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(sandra.l.schenning@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 small businesses having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be Best Value Trade-Off, Request for Proposal. �� ����������� This sources sought is for a project at Joint Base-McGuire-Dix-Lakehurst, New Jersey. ��The project magnitude is between $25- $50 million. � The description of the Munitions Storage Area project is as follows: ��������� ����������� The construction of 27 concrete, earth-covered, single bay igloos, each with blast-resistant concrete foundations, floors, walls and ceilings; blast doors, ventilation, electrical power and lighting, fire detection systems, intrusion detection systems, grounding, and lighting protection systems. ������������������������������������������������������������ ����������������������������������������������������������������������� Included in the scope will be the construction of a munitions maintenance administration facility to house administration personnel and controls. This facility will be constructed with concrete foundation and slab; metal stud walls with a brick veneer exterior.������������������������������������ There will also be an addition to the existing munitions maintenance shop of one bay to accommodate weapons assembly and disassembly. It will also be constructed with a concrete foundation and slab, blast-proof concrete exterior and partition walls with brick veneer; a blast proof concrete ceiling overhead monorail hoist system; communications, and security systems; SSMR, oil fired boiler and reciprocating chiller HVAC system; plumbing system, fire detection and suppression systems; electrical power and lighting systems. The project includes pavements, site improvements, utilities, demolition, security fencing, fire-main, a fiber optic a communication duct-bank and two foot high earth berms over the igloos, remediation, temporary office trailers, and all necessary utilities. Wetlands coordination and County permitting will also be necessary. ��� Responses to this Sources Sought will be used by the Government for Market Research analysis only, as an aid in its making of the appropriate acquisition decision(s); such as; use of a small business set aside; or a small business set-aside within a specific socio-economic category or full and open competition. This project is planned for advertisement starting in late May 2021 with an award approximately by September 2021. � Contract duration will be 540 calendar days. The North American Industry Classification System (NAICS) code is for general construction; 236220 for Commercial & Institutional Facilities. All interested businesses should notify this office in writing by e-mail and provide a response to the questions below � Prior Construction Performance � Submit / provide a brief description of two (2) past performed projects, completed in the last seven (7) years (defined as turned over to the customer by this response due date), for a same or similar scope.� � Provide a statement verifying the Prime Contractor is capable and will perform fifteen (15%) of the physical work and indicate the type of work (trade) to be self-performed by the Prime Contractor. This doesn�t include contract supervision and administration duties.� Provide identification and verification of the company as Small Business for NAICS Code 236220. Please also include if you fall within any socio-economic categories. 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 previously. �� � All interested businesses should submit their responses in writing by e-mail or package delivery service. The due date for responses is approx. 15 days from this announcement. Send responses to: U.S. Army Corps of Engineers, New York District, Contracting Division - Sandra Schenning sandra.L.schenning@usace.army.mil and Nicholas Emanuel nicholas.p.emanuel@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 US Army Engineer District, New York at Sandra Schenning sandra.L.schenning@usace.army.mil and Nicholas Emanuel nicholas.p.emanuel@usace.army.mil� Place of Performance McGuire AFB at JB-MDL, New Jersey
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62e438dfb0ab4877aeaef9fa01aef660/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08641, USA
Zip Code: 08641
Country: USA
 
Record
SN05987827-F 20210501/210429230128 (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.