Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
MODIFICATION

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

Notice Date
6/28/2011
 
Notice Type
Modification/Amendment
 
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-R-0017
 
Response Due
8/11/2011
 
Archive Date
10/10/2011
 
Point of Contact
Matthew Lubiak, Phone: 9177908089, Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
matthew.lubiak@usace.army.mil, shaukat.m.syed@usace.army.mil
(matthew.lubiak@usace.army.mil, shaukat.m.syed@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP) to support the U.S. Army Armament Research Development and Engineering Center (ARDEC) at Picatinny Arsenal, New Jersey. The project is for exhaust, ventilation, architectural & structural upgrades and repairs to an Armament Technology Facility consisting of replacing and upgrading 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 ranges and water trap area are reinforced concrete structures with complex heating and ventilation systems, lighting, power, communications (copper and fiber) and membrane roofing attached to the existing laboratory building. The laboratory building, which includes test preparation areas and administrative space is a predominately concrete-reinforced structure single-story, building constructed on a reinforced concrete foundation, EDPM roofing, complete with plumbing, HVAC, Industrial Ventilation Systems, lighting, power and communications (copper and fiber). 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. The contractor is required to obtain a Soil Erosion and Sediment Control Permit for this work. Air Permits are required for the installation of several pieces of combustion equipment (mechanical equipment), that have 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 selective demolition/removals, including existing HVAC/Industrial Ventilation equipment and ductwork, electrical equipment, doors, etc. Removed materials will need to be properly handled and disposed of or recycled. The lead abatement specification prepared specifically for this project to include work 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/Industrial Ventilation 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) except for removal work. 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 new IDS work with the Contractor and with the Army's Security Vendor. Existing site is partially paved and may require removal of VOC. Supporting facilities include utility work, erosion control measures, storm water management, paving, and minor site work. This project is fully designed; complete plans and specifications will be issued with this RFP. Providing building commissioning and operations and maintenance manuals are contract requirements. This solicitation is a best value Lowest Price Technically Acceptable (LPTA) Request for Proposals (RFP) subject to FAR Part 15.101-2 procedures and is UNRESTRICTED and open to all prospective offerors. All proposals must be received on time to be considered. The applicable NAICS Code is 236210 and the small business standard size is $33.5 million. The contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed. The contract duration is 540 days from receipt of NTP. The estimated range for this project is $10,000,000.00 to $25,000,000.00. Plans and specifications for the subject project will be available on or about 12 July 2011. The proposal due date is scheduled for on or about 11 August 2011 at 2:00 P.M. Large business concerns must submit as part of their proposal a subcontracting plan for this project in accordance with FAR Clauses 52.219-8 and 52.219-9. Failure to submit an acceptable subcontracting plan may make the offeror ineligible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 50.0%, Small Disadvantaged Business 17.0%, Women-Owned Small Business 18.0%, HubZone Small Business 10.0%, Veteran Owned Small Business 8.5% and Service Disabled Veteran Owned Small Business 4.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be 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 Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.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 FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). 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 FAR Part 36 requires 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: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8089 Fax: 212-264-3013 Email: matthew.lubiak@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-R-0017/listing.html)
 
Place of Performance
Address: Building 7, Picatinny Arsenal, New Jersey, 07806, United States
Zip Code: 07806
 
Record
SN02484104-W 20110630/110628234633-9a5813ddbbb3442162a9b1e10447d604 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.