Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

99 -- St Albans Columbarium

Notice Date
5/14/2020 12:08:20 PM
 
Notice Type
Sources Sought
 
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
W912DS20S0021
 
Response Due
5/25/2020 11:00:00 AM
 
Archive Date
06/09/2020
 
Point of Contact
Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
 
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 firms, Service-Disabled Veteran Owned Small Business firms or any other socio economic small business firms having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Best Value Trade Off.� � The purpose of this project is to provide enhanced service to veterans in New York metropolitan area by providing a preferred burial option to eligible veterans nearer to the urban core. �The expansion will accommodate cremated remains in columbaria and will be developed as a satellite facility to the existing Calverton National Cemetery located in Farmingdale, NY approximately 63 miles away. �VA has obtained 5.25 acres of developable land located at VA St. Albans Community Living Center within the New York metropolitan area on which to develop this Urban Initiative columbarium cemetery. �The overall Master Plan will be designed to accommodate 50,000 + niches over a 100 year period. �The initial construction project will include columbarium walls providing a 10 year minimum capacity of 3,000 total niches and the necessary support facilities to provide for cemetery operations and maintenance. �The project will be developed as follows: The project will consist of an Environmental Assessment (EA) and demolishing of the existing buildings 165 and 166 and associated utility duct bank coming from the VA campus. Site development will include the following: Cemetery entrance with timer controlled automatic gate system Public Restroom Building (Mens, Womens, Family) with a Maintenance Storage Room, a Secure IT/Phone Room, an HVAC/Electric Room, Timer controlled door locking system on public restrooms. (Space plan attached) Electronic Gravesite Locator Kiosk Camera Surveillance DVR System Cortege Staging Area One Committal Service Shelter US Flagpole and POW-MIA flagpole Avenue of Flags along entrance drive Roadway System and Parking Irrigation System for all feature areas Site Furnishings and Signage Designated area or walkways to accommodate Memorial Monument donations. Inurnment Areas: �4,000 3000 Columbarium niches Ossuary for commingling of cremated remains Memorial Wall for 400 memorial markers in Phase I with future space for 4000 memorial markers over 100+ year lifespan of the facility Grading, Drainage, Landscaping/Planting and Ornamental fencing system around the site for appearance and security. Utility Distribution Systems Responses to this Sources Sought will be used by the Government for market analysis�only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set aside or full and open competition. This project is planned for advertisement around June 2020 with award around Sep 2020. In accordance with FAR 19.502-2, there must be a reasonable expectation to receive offers from at least two responsible small business concerns and at fair market prices.� Firms are strongly encouraged to respond to this notice to provide the expectation that these procurements can be set aside.� Contract durations is estimated to be 365 calendar days. �The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. �The SBA size standard is $33.5 million in average annual receipts. The estimated construction cost for this project is between $5,000,000.00 and $10,000,000.00.� All interested businesses should notify this office in writing by mail and provide a response to the questions below: Prior Construction Performance � Submit a brief description of three (3) past performed projects, completed in the last seven (5) years (turned over to the customer), that included any of the following where you were awarded and executed as a Prime Contractor (if you were only a sub-contractor, please indicate accordingly): �� Building demolition � please provide specific examples of complete building demolition projects.� Include details regarding hazardous material removal and abatement. �Examples of government projects are preferred but not required.� Please indicate contractors role and dollar value of work performed. New construction/site prep � please provide specific examples of new construction to include all site prep work (foundations, site lighting, storm water management, utility installations and roadways). Examples of government projects are preferred but not required.� Please indicate contractors role and dollar value of work performed. Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the work and indicate the type of work to be self-performed by the Prime Contractor. Provide identification and verification of the company as an SBA Certified Small Business. Provide CAGE Code and DUNS number. The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above. All interested businesses should submit their responses in writing by mail or package delivery service. The due date for responses is 25 May 2020, 02:00 PM EST. Send responses to: 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. Point of Contact:� Anthony DelVecchio and Nicholas Emanuel E-mail your questions to US Army Engineer District, New York at:� Anthony.E.DelVecchio@usace.army.mil� Nicholas.P.Emanuel@usace.army.mil � Place of Performance: Renovation of Historic Fence Project National Cemetery ����������������������������������� St Albans Columbarium
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/950d0eeab94446e0a0c1ec9ee5947d4d/view)
 
Record
SN05658514-F 20200516/200514230201 (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.