Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOLICITATION NOTICE

Y -- Bartlett Hall - USMA

Notice Date
4/11/2025 10:34:07 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0002
 
Response Due
4/26/2025 11:00:00 AM
 
Archive Date
05/11/2025
 
Point of Contact
Michael McCue
 
E-Mail Address
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
 
Description
Synopsis for Firm-Fixed-Price Contract BARTLETT HALL 4TH FLOOR CONVERSION, COURTYARD WALL, AND ROOF REPAIR CONSTRUCTION PROJECT NUMBER: 101107, UNITED STATES MILITARY ACADEMY, WEST POINT, NEW YORK General Information NAICS Code: 236220 for Commercial & Institutional Facilities Contracting Office Address US Army Corps of Engineers, New York District, 26 Federal Plaza, ATTN: CENAN-CT, Floor 16, New York, NY 10278 Description 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, New York District is issuing this advance notice to a forthcoming solicitation. This announcement is open to all businesses regardless of size. FAR Clause �52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns� will be included in the solicitation. A firm-fixed-price contract will be negotiated. The procurement method for this solicitation will be a Request for Proposals (RFP) Best Value Trade Off (BVTO). The contract will be procured using single Phase design-bid-build selection procedures. Project magnitude is between $10 million and $25 million. The contract is anticipated to be awarded in Sep 2025 and construction completed by May of 2027. If a large business is selected for this contract, it must comply with FAR 52.219 -9 �Small Business Subcontracting Plan� regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. This action will be subject to FAR Clause 52.219-14 �Limitations of Subcontracting.� The subcontracting goals for the New York District which will be considered in the negotiation of this contract are: (1) at least 25%, but no more than 49% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 5 % of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 15% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 1% of a contractor's intended subcontract amount be placed with veteran-owned SB; and (6) at least 1% of a contractor's intended subcontract amount be placed with HUBZone SB. To be eligible for contract award, a firm must register for an Unique Entity ID, a 12-character alphanumeric ID assigned to an entity by SAM.gov. New entities can get their Unique Entity ID at SAM.gov and complete an entity registration. 2. PROJECT INFORMATION: Background: The United States Military Academy (USMA) is located at West Point, NY on the western bank of the Hudson River. The garrison at West Point, NY contains many notable and historic structures, including Bartlett Hall, which was originally constructed in 1913. Although undergoing a full building renovation (including seismic upgrades) between 2009 and 2011, the 4th floor must be converted from an archives material holding area to academic department collaboration space. In addition, the roof was not replaced during the 2009-2011 renovation and has fallen into disrepair. Bartlett Hall, constructed in 1913, is 351,719 square feet (SF) in total size. A 12,895 SF portion of the facility requires repair and restoration work. Bartlett Hall is identified as a historic resource in Headquarters Installation Information System (HQIIS), designated a ""Monumental"" structure by the DoD, and registered in the National Register of Historic Places (NRHP). A technical review of the deficiencies was completed and the work classification was verified. The USMA plan is to move the academic department of Geography and Environmental Engineering (GENE) into the converted space. Other facility alternatives to meet the personnel and administrative requirements were considered, however, the repair of Bartlett Hall was the only viable option due to limitations on development in the USMA Historic District and lack of existing available space on the USMA Central Area. No other options exist to meet the GENE mission. Major building systems and components that are failing, broken, or unserviceable include structural, mechanical, plumbing, electrical, fire protection, and communications. Any hazardous materials will be abated according to West Point, Federal, and State requirements. Scope: Bartlett Hall is a 4-story university building at the United States Military Academy. Today�s project includes three parts: Repair to the exterior courtyard wall, Replacement of portions of the roof, and an Interior renovation project on the 4th Floor. The 4th floor renovation includes demolition of the mezzanine and reconfiguring interior architecture and structural features. During demolition, any hazardous materials (HAZMAT), asbestos-containing material (ACM), and lead-based paint will be abated according to Federal and State requirements. These architectural/structural repairs include walls, doors, windows, floors, ceilings, lighting, and plumbing fixtures due to water intrusion and realignment with the Academic Building Upgrade Plan. The failed mechanical, plumbing, lightning protection, and fire protection systems will be repaired and appropriately sized. The electrical power system will be repaired to accommodate reconfiguration of spaces. The design drawings include 3 packages to address each part of the project. Courtyard Wall: Repair the damaged brick and limestone components, help to alleviate the movement forces identified with control and relief joints, and minimize moisture intrusion into the wall assembly through: reconstructing each of the (6) the brick pilasters (including the brick back-up); repairing oversailing parapet; performing roof and parapet coping repairs; replacing existing replacement-brick and damaged/cracked-bricks; repointing portions of bricks walls; extending flashing and providing drip below limestone water table; removing and replacing the course of brick below limestone to install flashing extension and drip; providing sealant and weeps; removing and re-sealing at window perimeters to limestone surrounds and replacing sealants at limestone surrounds to brick with mortar; providing vertical control joint at outside corner of west wall return; repairing Limestone Lintels above windows; and repairing and cleaning brick and limestone. Roof: Replace the roof assemblies in their entirety down to the existing roof deck. Provide adhered 5� polyisocyanurate insulation, tapered insulation to achieve �� per foot slopes, adhered 5/8� cover board, and 3 Ply-SBS modified bitumen roof assembly to achieve an average R-value of 30. Coat existing SBS modified bitumen roof assemblies and repairs areas with an elastomeric coating. Replace pavers with pedestal paver systems. Provide tapered crickets as required to create positive drainage to roof drains. Provide fall protection around existing roof hatches; provide fall arrest, fall restraint systems where necessary. Provide walkway pads from at ladders, doors, stairs and roof hatches to equipment including exhausts. Coordinate and install roof terminations in conjunction with coping stone re-setting work. Repair section of Yankee/ Box roof gutter in accordance with SMACNA standards. Remove and replace metal buttress enclosures. Divert masonry knee-wall and coping weeping to the exterior of metal enclosures. Provide plumbing vent extensions as needed to achieve 18� minimum vertical height above proposed roof elevations at roof replacements. Electrical circuit to units indicated for salvaging will be disconnected and protected during construction. Re-connect circuit upon reinstallation of units. Salvage existing condensers for re-install. Salvage & re-install existing antennae and other roof top equipment as needed to perform roof replacements and repairs. Reinstall exhausts; provide new properly sized roof curbs at exhaust fans as needed. Reinstall metal trims and flashings at transitions. Reinstall existing condensers on new curbs/ platforms as needed. Provide supports and re-install roof top conduits and equipment. Provide hinged mesh screen guards/ covers at open gutter systems (except at yankee gutter where there are existing dome strainers at inlets). Establish and document contractor staging areas. Salvage existing roof drain clamping rings for reinstall. Salvage, modify and reinstall existing stairs and ladders as needed to accommodate roof replacements. Interior Renovation: The academic office wing is organized in a �racetrack� style, with individual offices around the perimeter and shared offices, conference rooms, and collaboration spaces in the center. A sizeable classroom, currently serving the archives, will be re-imagined as a large collaboration space and conference room for a new academic department. Wall Systems will be Metal-stud partitions run from floor to deck, with sound batt insulation and additional layers of gypsum wall board as required for acoustic separation. The Interior Design Scheme Finishes include Forbo Flotex carpet alternative in collaboration spaces and conference rooms, resilient flooring in offices and hallways, and tile in toilet rooms. Walls will be Painted gypsum wall board partitions. Ceilings will be Acoustic Panel Ceilings (2x2 and 2x4) and gypsum wall board. The Renovation will include electrical lighting and outlets, telecom, plumbing, fire alarm, and mechanical systems. 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 Synopsis should not be construed as a commitment by the Government for any purpose. Point of Contact Michael McCue, Contract Specialist CENAN-CT, Rm. 16-300 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 TEL: (816) 389-2244 E-MAIL: Michael.L.Mccue@usace.army.mil Place of Performance United States Military Academy at West Point, New York.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3be7ac8087254051a086bd11b9ac295b/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07406191-F 20250413/250411230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.