Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2010 FBO #3256
SOURCES SOUGHT

Y -- New Dormitory (120 person) at Joint Base-McGuire-Dix-Lakehurst

Notice Date
10/22/2010
 
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-0001
 
Response Due
11/5/2010
 
Archive Date
1/4/2011
 
Point of Contact
Nicholas Emanuel, 9177908069
 
E-Mail Address
USACE District, New York
(nicholas.p.emanuel@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 Small Business District Offices, Service-Disabled Veteran Owned Small Business firms, HUBZone Small Businesses, and all Small Businesses, having the capability and bonding capacity for the following effort to design and construct a new, three-story 120 person dormitory at Joint Base-McGuire-Dix-Lakehurst. 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 currently planned for advertisement in November 2010 with award scheduled in December 2010 or January 2011. Contract duration is estimated at approximately 540 calendar days. The North American Industry Classification System (NAICS) code is 236210. The business size standard is $33.5 million. The estimated price range is between $15M to $20M. The project teams designer will be required to have recent past and successful experience in design/engineering of a LEED certified facility of similar complexity or end use. It is mandatory to achieve a minimum rating of LEED Silver utilizing a LEED certified accredited professional to lead and conduct Sustainability reviews. The design team is also required to have recent knowledge, design, and experience in designing a facility to meet the Energy Policy Act of 2005 (EPACT) producing the design in BIM (building information modeling) model during the design phase. The contractor and his design team may also be required, in order to meet the Silver LEEDs and EPACT rating /requirement to base the HVAC system design a geothermal well(s) and heat pump(s) system. Therefore, demonstrated knowledge by the lead mechanical engineer of such systems will also be required. All interested businesses should notify this office in writing by mail or fax by 05 November 2010, 2:00PM local time and provide a response to the questions below: (1)Prior design-build (D-B) experience. Demonstrate ability to recognize the need to utilize and team with an architect/engineer (A/E) team or firm with requisite capabilities and experience. Provide at least two (2) examples of your D-B experience. For each project listed state the percent of the contract value, not including the cost of materials, that your firm self performed. (2)Prior Performance. For the example above provide the customer rating received from the owner or his representative and a current point of contact of the rating official. (3)Identification and verification of the company as an SBA certified 8(a)firm by SBA New Jersey, New York or Pennsylvania district offices, a HUB Zone Small Business, a Service-Disabled Veteran Owned Small Business or a Small Business, for NAICS code 236210 (as listed in the firms CCR registration); (4)CAGE Code and DUNS Number; (5)Capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above, and; (6)A statement of the percent of work and the type of work to be self-performed and firm capabilities including a complete list of all permanent employees, name, title, and a brief description of their function (roles and responsibilities). Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: Nicholas Emanuel New York, NY, 10278-0090 or by fax to (212) 264-3013. Or email Nicholas.P.Emanuel@usace.army.mil 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-0001/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02315437-W 20101024/101022233728-ec4fa971369e3ab8e4739a7518ab7807 (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.