Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2015 FBO #4978
MODIFICATION

Y -- Building 622 HVAC Renovations, West Point NY

Notice Date
7/9/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-15-B-0017
 
Archive Date
9/9/2015
 
Point of Contact
Orlando Nieves, Phone: 9177908078, ,
 
E-Mail Address
orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bid (IFB) for the complete renovation of the heating, ventilation, and air-conditioning (HVAC) system in Building 622. This building currently houses the bowling alley, administrative offices (Adjutant General, Army Community Services), and post library. A new air-cooled chiller package, to be located behind building, will provide cooling for the entire building. Rebalance all zones served by new VAV boxes. System for bowling alley must have full economizer capability and provide ventilation, heating & cooling for the entire space to include kitchen. DDC system shall be integrated into the basewide Energy Management Control System. Project to be phased and spaces to be protected to allow existing facilities to operate during construction. The Contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice To Proceed (NTP), and to prosecute said work diligently and to complete the work ready for use not later than three hundred, sixty five (365) calendar days after the receipt of the Notice To Proceed. This procurement strategy will be 100% Small Business Set Aside for invitation for Bid (IFB). The North American Industry Classification System (NAICS) code is 238220. The business size standard is $15,000,000. The project magnitude is between $1,000,000.00- $5,000,000.00. Plans and specification for Solicitation will be available on or about 22 July 2015. Bid Opening date is on or about 25 August 2015 at 2:00 P.M. (Eastern Standard Time). Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to Orlando Nieves at Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil. 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: Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8078 E-mail: Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-15-B-0017/listing.html)
 
Place of Performance
Address: USMA, West Point, NY, 606 Thayer Rd, New York, 10996, United States
Zip Code: 10996
 
Record
SN03791055-W 20150711/150709235428-cd9f28862f8e44a15d464327e49829b6 (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.