Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOLICITATION NOTICE

Y -- Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey

Notice Date
3/19/2025 7:06:44 AM
 
Notice Type
Presolicitation
 
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
W912DS25BA004
 
Response Due
5/5/2025 11:00:00 AM
 
Archive Date
05/20/2025
 
Point of Contact
Nicholas P. Emanuel
 
E-Mail Address
nicholas.p.emanuel@usace.army.mil
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a Firm Fixed Price (FFP) contract for the construction of a project at Lakehurst Naval Base, Ocean County, part of the Joint Base-MDL, New Jersey. The project magnitude is between $5- $10 million. This will be an Invitation for Bid set aside to small business. Summary of Work: This construction erects a single story, gabled roof building (5,178SF) in between two existing laboratory facilities and the construction includes the renovations in both the buildings surrounding the new construction. This arrangement allows for one large collaborative space for the entire prototype, manufacturing, and engineering, facility. The outside �book-end� facilities, Bldgs 331 and 332 will receive interior renovations as well as a new roof. There will be asbestos remediation required in the demolition portions. Additionally, demolition of some existing utilities will be required in the open space where the new addition will be constructed to clear the site. All construction trades required. The project will need to be done in phases as mission operations must continue throughout the construction. A strong site superintendent will be required. Existing pavement, fire water, storm sewer, sanitary sewer service, natural gas, and domestic water will be removed from the construction area to make room for the expansion. Site lighting poles will be removed and relocated as required for construction. Other mechanical and electrical equipment and their associated concrete pads will be removed and relocated, as required by design. Sidewalks will be provided to support the new addition as will equipment pads, etc. and other associated sitework. This project is planned for advertisement starting in April 2025, with an award planned for by June 2025. The contract duration will be 730 calendar days for the entire project with phasing work involved. The North American Industry Classification System (NAICS) code is for general construction; 236220 for Commercial & Institutional Facilities. The Small Business size standard for this code is $45.0 million. The Specifications will be posted electronically via the Contract Opportunities at SAM.gov. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. All questions must be submitted in writing via email to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is 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 Contract Opportunities, located at https://www.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 Contract Opportunities website at https://www.SAM.gov/. 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 Federal Acquisition Regulations (FAR) Part 36 require 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 Construction Contractor Appraisal Support System (CCASS) 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. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. Point of Contact is Nicholas Emanuel, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: Nicholas.P.Emanuel@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/24fd9d5ad8d64a1eb0ab7a7522b90e20/view)
 
Record
SN07377531-F 20250321/250319230048 (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.