Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

Y -- Central Chiller Plant/Distribution at the USMA, West Point, NY

Notice Date
4/20/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-R-0008
 
Point of Contact
Mohenda R. Surage, Phone: 9177908088
 
E-Mail Address
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) intends to issue a Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP), to construct a Central Chiller Plant in Davis Barracks and install distribution pipe to the nine existing Barracks at West Point. The plant will install the chiller in the mechanical room of the soon to be completed Davis Barracks Building. The Distributions system will serve nine other existing barracks at West Point. The intent of this solicitation is for the contractor to provide a chiller plant that will supply chilled water for air conditioning to nine (9) barracks in the central area. The primary facilities consist of chillers, distribution piping, cooling tower, controls, valves, and other appurtenances associated mechanical equipment. Supporting facilities include civil/site, shotcrete of exposed rock wall adjacent to the site, utility services, landscape, minor architectural, structural, electrical power and lighting, telecommunications, and fire protection. Anti-Terrorism Force Protection security in accordance with Department of Defense construction standards as well as Department of Army Pamphlet 385-64 will be associated with this project. The solicitation will be 1-Step RFP, LPTA. The factors will be as follows: Past Experience and Past Performance on projects of similar scope, complexity and magnitude as well as Project Schedule. In accordance with DFAR 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000.00 This procurement is being solicited under 100% Full and Open Competition. The contract will be awarded using the lowest price technically acceptable contractor. Funds are not presently available for this acquisition. No Contract award will be made until appropriated funds are made available (may take up to 9 months after proposals are received). Only a large business entity, will be required to submit a subcontracting plan upon request by the Contracting Officer. The North American Industry Classification System (NAICS) code is 236210. 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 System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ 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 Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Mohenda Surage, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8088 E-mail: Mohenda.R.Surage@usace.army.mil and nydcontracting@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-R-0008/listing.html)
 
Place of Performance
Address: US Military Academy, West Point, New York, United States
 
Record
SN04480114-W 20170422/170420235948-5c3779ab1554044576225bca41b3ac60 (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.