SOURCES SOUGHT
99 -- WVA Renovate Building 125
- Notice Date
- 1/3/2023 7:14:19 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
- W912DS23S0007
- Response Due
- 1/18/2023 11:00:00 AM
- Point of Contact
- Nicole C. Fauntleroy, Phone: 9177906139, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
nicole.fauntleroy@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(nicole.fauntleroy@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 small business firms (e.g. 8(a), HUBZone SB, SDVOSB, WOSB/EDWOSB) 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 $10 million and $25 million.� SCOPE OF WORK:� Renovate Building 125. Built in 1918 with a 1942 addition, the building has been used for various activities throughout its existence. This partial renovation will encompass approximately 45,210 square feet of interior space. This will mainly occur on the west end of the building. This project is needed for Watervliet Arsenal (WVA). WVA�s primary objective is providing cannons for various systems. A secondary objective of WVA is supply the Department of Defense with mortar systems. Currently the manufacturing spaces for these weapons are located in various buildings spanning the entirety of the installation. The United States Army desires to consolidate the manufacturing the manufacturing of these weapons into a single building on-site. Building 125 has been identified for this purpose.� Repair and restore major building systems and components that include structural, mechanical, plumbing, electrical, fire protection, communications, physical security and force protection. Perform partial interior building demolition of failed unused clean room spaces, installed equipment and utility components and systems. Repair structural and non-structural floors, walls, doorways, egress routes, and improve overall accessibility.� Repair electric service, install 480Y/277V bus ducts running parallel to the existing crane rails spanning the width of the building in the north-south direction, install wall mounted panel boards, install new lighting. Install new VAV terminals in the administrative areas, install unit heaters in the manufacturing area, re-balance the mechanical system, install a new air compressor, integrate the controls into the base wide Building Management System. Install new cold water drops with hose bibbs throughout the defined area of work, and the installation of eyewash stations. Modify the existing building sprinkler and fire alarm/Mass Notification System. � Replace the roof. Repair exterior building mortar joints, install canopies above exterior doors, repair and stripe adjacent walkways and parking lots, and install window security film. 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 February 2023 and award on or about 4 May 2023. �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 420 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: (1)�� �Prior Construction/Renovation Performance � Submit a brief description of two (2) past performed projects, completed in the last four (4) years (turned over to the customer), for a scope as follows (similar interior demolition and renovation in a manufacturing facility, warehouse, administrative building, or other buildings with similar usage/occupancy): the Renovation/Construction of a 45,000 square foot space within a larger manufacturing space. The facility requires structural, HVAC, fire protection, architectural, and electrical upgrades and/or replacement. (2)�� �Please state whether the company is a certified Small Business (SB), such as an 8(a) SB, HUBZone SB, Service Disabled Veteran-Owned SB (SDVOSB), or Women-Owned/Economically Disadvantaged Women-Owned SB (WOSB/EDWOSB), for NAICS Code 236220. (3)�� �Provide CAGE Code and DUNS Number.� (4)�� �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 (indicate contract bonding capability and socio-economic status, e.g., SB, 8(a), HUBZone SB, SDVOSB, or WOSB/EDWOSB). All interested businesses should submit their responses in writing by e-mail to the following: Nicole Fauntleroy, Contract Specialist E-MAIL: Nicole.C.Fauntleroy@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://sam.gov/opp/d2fab1d801394532a2f90f0c1c7a56d9/view)
- Record
- SN06555452-F 20230105/230103230107 (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 |