SOURCES SOUGHT
Y -- Bldg 652 and 654 Renovation for Public Health
- Notice Date
- 1/27/2022 6:16:14 AM
- 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
- W912DS22S0014
- Response Due
- 2/8/2022 11:00:00 AM
- Point of Contact
- Michael McCue
- E-Mail Address
-
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO SAM.GOV. The purpose of this announcement is to gain knowledge of potential business sources with specific interest in small business, certified 8(a), certified HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business, for a contract involving large renovation construction. The NAICS Code is 236220: Commercial and Institutional Building Construction (size standard $39.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. If qualified firms do not respond to this Sources Sought notice, the construction contract may be acquired under full and open competition. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The U.S. Army Corps of Engineers, New York District is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform design and construction �for�Buildings 652 and Bldg. 654 which will be renovated into medical facilities to house the Public Health Clinic functions for USAG West Point. Bldg. 652, built in 1943, is a 6,740 GSF facility that was originally constructed as a barracks and currently houses unaccompanied enlisted personnel. The facility is converting from its most recent use as a Collective Training, Unaccompanied Housing Facility to a Health Clinic. Bldg. 654, built in 1943, is an 8,751 GSF facility that was originally constructed as a barracks and currently houses administrative functions. The facility is converting from its most recent use as an Administrative Building to a Health Clinic. Bldg. 652 and Bldg. 654 will provide mechanical and storage space within the basement level; patient treatment areas, staff offices, and support spaces within the first floor; and laboratory spaces, staff offices, and support spaces on the second floor. The two facilities will be linked together by a new building addition that will contain an internal staircase, elevators, and shared lobby. The provided staircase will connect the basement level, first floor, and second floor of both facilities, while also providing secured roof access to the new building addition. A shared elevator core with two elevators will provide required ABA-accessible access for both buildings. A corridor connection and elevator lobby will provide unobstructed access between the two buildings. The exterior of both buildings will require repairs including repair of damaged brick, holes, cracks, mortar repointing, and selective roof tile repair/replacement. All existing exterior walls, concrete slabs, and roof will receive new insulation, wall board, and fresh paint from the structural components, inward. Existing exterior concrete and retaining walls that show signs of spall or bowing will be removed and replaced. All windows will be replaced, and a new central air circulation system will provide cooling requirements for all spaces in lieu of window air conditioning units, which will be removed. A new HVAC system, designed to be suitable for a medical facility, will be installed. All interior materials and finishes will be removed as part of the complete internal demolition and retrofit of both buildings. The proposed interior design will meet the minimum standards outlined in UFC 3-120-10 and UFC 4-510-01, including finishes, and materials based on anticipated use, maintenance requirements, life cycle costs, fire protection and life safety requirements, and aesthetic qualities described in DHA�s Northeast Region Fabric Guide. Interior walls and ceiling finishes will also conform to the requirements of UFC 3-600-1 and NFPA 101. This project includes substantial utility work including plumbing, electrical, natural gas, stormwater, new fire suppression, and IT/communications. This project will require structural upgrades to satisfy the additional loading required by the change of occupancy. This will likely include reinforcing all floor slabs, and replacement of all flooring, subflooring, and partition walls. Existing foundations may need to be reinforced to support addition loading. This contract will be design-build. The magnitude of the project is between $10 million to $25 million.� Duration of construction will be approximately 600 calendar days after Notice to Proceed. Notice to Proceed is anticipated to occur in October 2022. All interested businesses should notify this office in writing by email to the POC listed below and provide a response to the questions below: (1) Prior Construction Performance - Submit a brief description two past performed projects, completed in the last seven (7) years (turned over to the customer), that were renovation of at least 5,000 GSF facility executed as a Prime Contractor. (2) Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the work and indicate the type of work to be self-performed by the Prime Contractor. (3) Provide an example of design build work renovations of similar facilities like medical facilities (4) Provide identification and verification of the company as an SBA certified Small Business for NAICS Code 236220. (5) Provide CAGE Code and DUNS Number (6) 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 email. The due date for responses is 8 Feb 2022, 02:00 PM EST. Send responses to: � Michael McCue, michael.l.mccue@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 directly to interested firms. . Submittals will be used for market survey information only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7835fa298eaa43bf83768b77ff01aad5/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06226898-F 20220129/220127230116 (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 |