Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOURCES SOUGHT

Y -- Keller Community Hospital Addition/Alteration, USMA, West Point, NY

Notice Date
3/24/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-11-S-0010
 
Response Due
4/12/2011
 
Archive Date
6/11/2011
 
Point of Contact
renee.george, 917-790-8177
 
E-Mail Address
USACE District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 interested and qualified SBA certified 8(a) firms serviced by SBA New Jersey, New York and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort: The proposed project, Keller Army Community Hospital Addition/Alteration, is located at the USMA West Point NY. The project includes approximately 53,000 gross square feet addition to Keller Army Community Hospital on the east end of the building. The facility will include outpatient, ambulatory care and clinical work spaces including all site and utility work. The project was designed in accordance with all Unified Facilities Criteria (UFC) including but not limited to, the DoD Minimum Anti-terrorism Standards UFC 4-010-01 and the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines (UFAS/ADAAG). Responses to this sources sought will be used by the Government to make a procurement decision. If qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. This project is planned for advertisement in June 2011 with award scheduled in September 2011. The contract duration is estimated at approximately 750 calendar days. The North American Industry Classification System (NAICS) code is 236220, General Building and Heavy Construction. The SBA size standard is $33.5 million in average annual receipts. The estimated construction cost for this project is $20,000,000 - $40,000,000. Twenty percent (20%) of the work is to be self-performed. All interested businesses should notify this office in writing by mail by 12 Apr 2011, 02:00 pm local time. Responses should include the following: (1) Identification and verification of the company as an SBA certified 8(a) firm by SBA New Jersey or New York district offices, HUB Zone or Service-Disabled Veteran Owned Small Business. (2) A CAGE Code and/or DUNS Number. (3) Indication of relevant past experience through the description of at least two (2) projects completed within the last seven (7) years and no more than five (5) similar in scope, size complexity & magnitude as defined as follows: 1. The scope of the project is new construction in medical and/or university type projects (hospitals, labs, clinics, barracks, administration type faculties, etc.) completed within the last seven (7) years. Completed Projects are defined as the date the facility was turned over to, or occupied by the owner. 2. The size of the projects used for past experience is defined as a facility or complex of at least 20,000 gross square feet. 3. Projects of similar complexity are required. Complexity is defined as the management and coordination of multi-disciplined renovation/construction teams to complete projects that include the majority of the following types of work: demolition; seismic design / upgrade; steel erection; roofing; plumbing; electrical; HVAC; fire protection; communications; equipment installation and; site work and paving; and construction on a constrained site. Experience in phasing of renovation/construction using a multistep phasing plan while maintaining the use and utilities throughout the renovation project is preferred. This project involves construction of a new facility adjacent and connected to an existing hospital which will remain operational throughout construction. 4. The magnitude is defined as construction (new or renovation) greater than $20,000,000. (4) The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount listed above. (5) The interested contractor shall provide a statement verifying that 20% of the work will be self performed including a description of the work that may be self performed. Additionally, a complete list of all permanent employees, name, title, and a brief description of their function (roles and responsibilities) shall be provided. Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843, ATTN: RENEE GEORGE New York, NY, 10278-0090 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-S-0010/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02408480-W 20110326/110324234508-0c242fc66429e7fc41eef1f866e5602d (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.