SPECIAL NOTICE
Y -- NOTICE OF INTENT TO AWARD MODIFICATION FOR BUILDING 750, JEWISH CHAPEL REPAIRS WEST POINT
- Notice Date
- 5/10/2024 11:42:49 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE
- ZIP Code
- 00000
- Solicitation Number
- W912DS24S0048
- Response Due
- 5/27/2024 11:00:00 AM
- Archive Date
- 06/11/2024
- Point of Contact
- Orlando Nieves
- E-Mail Address
-
orlando.nieves@usace.army.mil
(orlando.nieves@usace.army.mil)
- Description
- The New York District, U.S. Army Corps of Engineers intends to award a contract modification to Four Tribes Enterprises LLC, for the Jewish Chapel Flood Repair Project (B750), W912DS23C0026. This work is an expired option for replacing the wood flooring in the Conference Room and the Gallery of the Jewish Chapel. The government will not purchase the component directly, but rather will require that the offeror include the matching wood flooring with existing in profile, species, grain, size, stain, and finish. USACE is responsible for the acquisition and administration of the construction contract, to include modifications, for the Jewish Chapel Flood Repair Project (B750) through Sustainment, Restoration and Modernization program at West Point, NY. This is not a formal solicitation or request for proposal. This notice of intent is to give notice of the Government's intent to make a sole source award under the authority cited in Federal Acquisition Regulation 6.302-1-(a)(2)(iii) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This work was included in the original solicitation and contract as optional work, but was not exercised in the required time prescribed. Separating this work out and competing it would result in both substantial duplication of costs and unacceptable delays. The general requirement is to remove entire finished wood floor and dispose of the demolished materials in a landfill not on the military installation. Provide new wood floor to match existing in species, grain, size, stain, and finish. It is assumed that existing wood floor is oak. Provide saddles to replace existing in kind where applicable. Assume 1,700 SF of finished wood material. Provide new sub-floor underlayment to match existing including wood sleepers to match existing and a vapor barrier. Assume 1,700 SF of sub- floor. Provide wood base to match existing in profile, species, grain, size, stain, and finish. It is assumed that existing base is oak, 4� tall. Assume 225 linear feet of base replacement. Any vendor wishing to propose an alternative source must provide a copy of all relevant data demonstrating the alternative source satisfies the above requirements, by the required due date and time, to Orlando Nieves at: orlando.nieves@usace.army.mil . This is not a request to respond to a solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2986ea07d4c4479b8c60a0cd930f088b/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07059787-F 20240512/240510230041 (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 |