Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOURCES SOUGHT

Y -- FY11, Building 7 Exhaust, Ventilation, Architectural & Structural Upgrades at Picatinny Arsenal, Mt. Hope, NJ

Notice Date
5/4/2011
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial 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-0014
 
Response Due
5/17/2011
 
Archive Date
7/16/2011
 
Point of Contact
Scott Helmer, 917-790-8087
 
E-Mail Address
USACE District, New York
(scott.m.helmer@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 or Pennsylvania district offices, HUB Zone, Service-Disabled Veteran Owned Small Business firms or Small Business Firms under NAICS code 236210 having the capability and bonding capacity for the following effort: The U.S. Army Armament Research, Development and Engineering Center (ARDEC) at Picatinny Arsenal, New Jersey, plans to replace and upgrade the ventilation systems for the 100 m range, 300 m range, water trap area and associated preparation and testing areas. The ventilation system has been designed to increase the efficiency of the exhaust system to move the dust created by weapons testing out of the firing area. In addition to this ventilation upgrade, the project consists of architectural, structural, and acoustical improvements such as the installation of new blast rated acoustical doors, new acoustical enclosures, and new sally-ports for air equalization between the range and industrial areas. The existing Building 7 is located at Picatinny Arsenal, New Jersey on First Street between First Avenue and Second Avenue. Acoustical panels and barriers will be added for sound mitigation. The facility incorporates the U.S. Army Corps of Engineers TI 800-01 Design Criteria, the Unified Facilities Criteria (UFC) 3-600-01, and the latest adopted federal, state, and local code requirements (i.e., NFPA, NSPC, NIOSH, OSHA, etc.), in addition to the USACE and other government standards listed for this project. It is estimated from the Civil Drawings that approximately 6500 S.F. of land will be disturbed for the installation of concrete pads and the trenching required for the removal of 70 LF of contaminated wastewater pipe. The contractor is required to obtain a Soil Erosion and Sediment Control Permit for this work. Air Permits are required for the installation of combustion equipment (mechanical equipment), if the fuel burning equipment has a heat input rate of 1,000,000 BTU per hour or greater to the burning chamber. The proposed equipment in the Mechanical Section exceeds the 1,000,000 BTU per hour threshold and will require the project to obtain an Air Permit. This project will require removal of the existing HVAC equipment and ductwork, electrical equipment and doors. Removed materials will need to be properly handled and disposed of or recycled. The lead abatement specification prepared specifically for this project to include abatement in areas considered lead-contaminated including: range firing areas/tunnels, water trap areas, and all exhaust ductwork (interior contaminated with lead dust). This project will require removal of the existing lead-contaminated HVAC ductwork and building materials. Contaminated material will need to be properly handled and disposed of. The contractor is required to provide a lead disposal/abatement plan which includes disposal plans prior to commencement of work. This project does not include work on the Intrusion Detection System (IDS). The Army's Security Vendor for Building 7 (currently DRS) is responsible for re-installation of the existing IDS system at new and replaced door locations. The Contracting Officer Representative will coordinate this work with the Contractor DRS. Responses to this sources sought will be used by the Government to make an appropriate 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 anticipated in September 2011. Contract duration is estimated at approximately 540 calendar days. The North American Industry Classification System (NAICS) code is 236210. Industrial Building Construction contractors have a size standard of $33.5 million in average annual receipts. All interested businesses should notify this office in writing by mail or fax by 17 May 2011, 2:00 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, New York or Pennsylvania district offices, HUB Zone, Service-Disabled Veteran Owned Small Business or Small Business for NAICS code 236210. (2) A CAGE Code and DUNS Number. (3) Indication of relevant past experience through the description of not less than three (3) but no more than five (5) examples of relevant projects not less than 75% complete or physically completed within the last seven (7) years that are similar in size, scope, complexity & magnitude to the proposed project, and the percentage and type of self-performed work. The definition of relevant is provided below: 1.Experience is defined as experience in industrial HVAC exhaust systems and architectural, structural, and acoustical renovation improvements to industrial type facilities or complexes employing phased construction techniques of similar size and complexity that have been 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 renovated, newly constructed, or combination of renovated and newly constructed industrial facility or industrial complex upgrade of 20,000 to 100,000 SF. 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; reinforced concrete; electrical; HVAC; fire protection; communications; equipment installation; and construction in constrained operational site with phasing requirements. Experience in phasing of renovation/construction using a multistep phasing plan while maintaining the use and utilities throughout the renovation project is preferred. 4.The magnitude is defined as the renovation/construction of a industrial facility with a contract value $10,000,000 - $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 the percentage of work which 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. The following is provided as reference to help firms determine the minimum percentage that they must self-perform. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform in General Construction, at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Construction by special trade contractors, the concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. HUBZone contracts are contracts awarded to a qualified HUBZone Small Business Concern (SBC) through any of the following procurement methods: (a) Sole source awards to qualified HUBZone SBCs; (b) Set-aside awards based on competition restricted to qualified HUBZone SBCs; or (c) Awards to qualified HUBZone SBCs through full and open competition after a price evaluation preference in favor of qualified HUBZone SBCs. The performance requirements for HUBZone small business contracts is, for General construction. (i) In addition to at least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; and (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns; or Construction by special trade contractors. (i) At least 25 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns. A HUBZone joint venture agrees that, in the performance of the contract, the applicable percentage specified will be performed by the aggregate of the HUBZone small business participants. Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843, ATTN: Scott Helmer 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-0014/listing.html)
 
Place of Performance
Address: Bldg. 7 Picatinny Arsenal Picatinny NJ
Zip Code: 07806
 
Record
SN02439879-W 20110506/110504235129-cbb759531d90ad116923faf222f5d40c (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.