Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOLICITATION NOTICE

Y -- General Purpose Storage Building, Watervliet, NY

Notice Date
5/8/2018
 
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-18-R-0012
 
Point of Contact
Justin Helfman, Phone: 9177908389, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
justin.helfman@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(justin.helfman@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) intends to issue a Design Build Request for Proposal (RFP) for the design and construction of the General Purpose Storage Building, Watervliet, NY. Construct a one-story, 10,000 SF heated warehouse to replace the existing 5,200 SF temporary tent originally purchased to support the temporary mission to store uparmor items such as Humvee doors, 939 truck cabs and gunner protection kit (GPK) items, empty boxes, armor plate steel, and full boxes with shippable kits. Watervliet Arsenal was given a new mission in 2005, to manufacturing complete replacement parts to put Armor on a truck or Humvee (GM Hummer). Watervliet Arsenal's current mission includes the continued support of the storage of uparmor items and is concentrated on 60MM, 81MM, and 120MM mortar sustainment and FMS mortar sustainment work. This warehouse would be used for staging area for short and long term storage of in process mortar material as well as M236 trailer storage and parts and the M284 rehab project. The present temporary storage tent does not provide acceptable secure storage for any components. If this warehouse is not provided it could severely compromise WVA's ability to support mortar sustainment work, in addition, WVA has very limited warehouse space, which has been reduced further by commercial tenant occupation as part of the Arsenal Business and Technology Partnership (ABTP). The proposed warehouse will require that its concrete floor have a topping compound applied to it. The floor topping reduce dusting, improve longevity and improve safety as it will provide a non-slip surface. The AT/FP building consideration is significant due to the increase in mortar sustainment work that will be required. Current situation: A 5,200 SF soft sided tent was purchased in 2005 as a structure for a mission only to last two years. Due to limited and overcrowded warehouse space at WVA, the tent is still being fully utilized for mission storage. The tent is now 10 years old, and is deteriorating due to age and use beyond capacity. Impact if not provided: WVA will be forced to continue using the deteriorating, temporary structure, waste energy, and not be able to consolidate and improve the efficiency of its warehousing/manufacturing missions. In addition, the existing temporary tent cannot be used to securely store mortar components. If this warehouse is not provided it could severely compromise WVA's ability to support mortar sustainment work. This procurement is being solicited as Small Business Set-aside Competition. The contract will be awarded using the Lowest Priced Technically Acceptable (LPTA) evaluation method. The North American Industry Classification System (NAICS) code is 236210. The magnitude of construction for this project is $1,000,000 to $2,500,000. 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: Justin Helfman, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8389. E-mail: justin.l.helfman@usace.army.mil, and nydcontracting@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-R-0012/listing.html)
 
Place of Performance
Address: Watervliet, New York, 12189, United States
Zip Code: 12189
 
Record
SN04914289-W 20180510/180508230930-87734e0ea476ea091385e22d9d15dd33 (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.