Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOURCES SOUGHT

Y -- Fuze engineering Complex Picatinny Arsenal, NJ

Notice Date
2/17/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-S-0024
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
Point of Contact
Jason L Parker, 917-790-8080<br />
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT REPLACES PREVIOUS NOTICE IN ITS ENTIRETY THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSITITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS RESPOSNE IS STRICTLY VOLUNTARY; NO REIMBURSMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDEDIN INFORMATION IN REQUESTS. THE GOVERNEMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. 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 firms. This sources sought seeks small businesses under the size standard, SBA 8(a) firms certified in New Jersey, New York and Pennsylvania, HUBzone,or Service-Disabled Veteran Owned Small Business (SDVOSB).: The proposed construction located at the Picatinny Arsenal includes New Fuze Lab space (13,120 SF), Renovated Fuze Lab Space (14,035 SF), Explosives Research Laboratory space (3,280 SF), Fuze engineering space new (2,200 SF), Electromagnetic Research Lab space (6,000 SF), Explosive Storage Space (3,600 SF) and refurbishment of Anechoic Chamber space (620 SF). The work is for a Fuze Engineering Complex. These facilities will provide renovated Fuze Engineering space plus additional Fuze Engineering Space, Fuze Lab space, Explosives Research Laboratory space, Electromagnetic Research Lab space, Explosive Storage Space and refurbishment of Anechoic Chamber space, antiterrorism measures, and building information systems. Special features include security controlled lab and engineering office spaces with access control and spaces that satisfy SIPRNET and Secret Compartmentalized Information Facility (SCIF) requirements, information systems, fire protection, and Anti-terrorism/Force Protection. In addition to engineering office space, the new facility will have conference rooms with video teleconferencing capability, restrooms, break rooms, laboratory spaces and mechanical rooms. The Explosive Storage space will be standard earth covered reinforced concrete arched type Igloo Magazines, including Intrusion Detection Systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting Facilities include demolition, site work, paving, site improvements and utilities. Operations and maintenance manuals and commissioning will be provided. Emergency Generator system will be provided as a back up power. Access for individuals with disabilities will be provided. Demolish 2 Buildings (9,000 Total SF). Additionally, the work may require demolition of subgrade utilities and foundations, structure or equipment in or servicing the existing building it will adjoin. It is anticipated that dewatering maybe required for excavation during placement and/or connection to some in ground utilities and construction of the foundations The facility will be designed in accordance with the Unified Facilities Criteria (UFC) 4-510-01, Military Handbook 1191, AAALAC Standards, DoD Minimum Anti-terrorism Standards UFC 4-010-01, and the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines (UFAS/ADAAG). Operations and maintenance manuals and commissioning will be provided. Work includes demolition of two buildings and may require demolition of subgrade utilities and foundations, structure or equipment in or servicing the existing building it will adjoin. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. This project is planned for advertisement in Apr 2009 with award scheduled in June 2009. Contract duration is estimated at approximately 630 calendar days. The North American Industry Classification System (NAICS) code is 236220. The business size standard is $33.5 million. The estimated price range is between $14 million to $20 Million. Fifteen percent (15%) of the work is to be self-performed. All interested businesses should notify this office in writing by mail or fax by 27 Feb. 09, 02:00pm local time. Responses should include: (1) Identification and verification of the company as a Small Business, SBA certified 8(a)firm by SBA in New Jersey, New York or Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business; (2) CAGE Code and DUNS Number; (3) Past Experience through the description of completed projects that are similar in size, scope and complexity to the proposed project, and the percentage and type of self-performed work; (4) Capability of obtaining performance and payment bonds for a project in the dollar amount (price) range listed above; and (5) A statement verifying the contractor will perform 15% of the work and the type of work to be self-performed and firm capabilities. (roles and responsibilities). Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: Jason L Parker New York, NY, 10278-0090 or by fax to (212) 264-3013. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e6ebfee5361d75a397598f08d600791&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01751904-W 20090219/090217220643-1e6ebfee5361d75a397598f08d600791 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.