Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOURCES SOUGHT

Y -- New Railhead Loading Facility Design-Build Fort Drum, NY

Notice Date
5/15/2020 10:42:40 AM
 
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
W912DS20S0022
 
Response Due
5/28/2020 11:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Mohenda R. Surage, Phone: 9177908088
 
E-Mail Address
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
 
Description
This is a SOURCES SOUGHT for the purpose of obtaining market research only. �No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, New York District, will use information obtained under this source sought to design and construct new railhead loading facilities for railhead operations conducted during rail transportation requirements and missions by United States Army commands during contingency and training missions at Ft. Drum, NY. The intent of this sources sought is to access industry's small business concerns including 8(a) companies, Historically Underutilized Business Zone (HUB Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), and all small businesses under the size standard, capability and interest in performing a construction project within Ft. Drum, NY using the design-build process to meet the needs of Ft. Drum. The NAICS code for this project is 236220, Commercial and Institutional Building Construction. The small business size standard is $39.5 million. The Government must ensure there is adequate competition among contractors for work to be performed under this solicitation. The New York District, U.S. Army Corps of Engineers (District) is requesting a design build RFP for the construction of a new railhead loading area to enhance Fort Drum's Power Projection Platform capabilities through enhancements to both safety and operational efficiency during deployment operations. Expand the existing railroad infrastructure with a new railhead loading ramp, railhead loading tracks, Alert Holding Facility, Deployment Container Facility Area, Rail Operation and Storage Facility, a container side loading area, marshalling area, and vehicle circulation in the existing railroad yard adjacent to the 6000 Area. The scope of the work includes a new railhead loading area and facilities with concrete ramps, container side loading area, and rail operations storage building. Supporting facilities shall include an Alert Holding Area with concrete marshalling area and a cargo inspection facility with weigh-in-motion scales, container handling storage/repair facility with container staging area, overhead lighting, electric, water, sewer, and gas utilities services, parking lot, railhead support, concrete truck loading ramps, fencing, fence gates, and information systems communication lines.� Air Conditioning: (Estimated 10 tons.) Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Facility Requirements including all Infrastructure:�� Concrete Paved Loading Areas������������� ��������� SY����� 11,710 Concrete Road Areas����������������� ������������������� SY����� 2,805 Concrete Railhead Loading Ramp��������� SY����� 4,200 Railroad Tracks w/ Ties and Ballast����������������� LF����� 6,144 Switches���������������� ��������������������������������������� EA����� 4 Exterior Overhead Lighting��������� ������������������� LF����� 1,500 Rail Ops and Storage Building��������������� ��������� SF����� 3,750 Overhead Protection - Canopy�������������� ��������� SF����� 2000 Staging & Marshalling Area Concrete�������������� SY����� 10,000 AHA Scale House/Cargo Inspection ���������������� SF����� 10,810 Vehicle Scales������������������ ����������������������������� EA����� 2 Concrete Truck Loading Ramps������������ ��������� SY����� 1,875 Guard House (Heated)��������������� ������������������� SF����� 60� Container Handling Storage/Repair Building����� SF����� 8,122 Container Staging������������� ������������������� ��������� SY����� 17,820�� Soil Remediation�������������� ����������������������������� LS����� 1 Sustainablilty / Energy Measures����������� ��������� LS����� 1 Antiterrorism Measure���������������� ������������������� LS����� 1 Building Information Systems���������������� ��������� LS����� 1 Electric Service���������������� ����������������������������� LS����� 1 Water, Sewer, Gas����������� ����������������������������� LS����� 1 Paving, Walks, Curbs and Gutters������������������� LS����� 1 Storm Drainage���������������� ����������������������������� LS����� 1 Site Improvements and Demo��������������� ��������� LS����� 1 Information Systems������������������ ������������������� LS����� 1 Antiterrorism/Force Protection��������������� ��������� LS����� 1������ The anticipated Magnitude of Construction is between $15,000,000.00 and $30,000,000.00. Interested businesses shall respond to this Sources Sought Synopsis by submitting two (2) examples of previous experience with the construction of multiple facilities, of similar occupancy type, greater than 10,000 GSF, and similar in cost magnitude (greater than or equal to $10,000,000). The information submitted will be considered in the development of the acquisition strategy to support this program. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. For 8(a) and HUBZONE, firms must be certified by the Small Business Administration (SBA). All interested businesses responding to this Market Research shall be limited to the information required above and shall be submitted via email or in writing by mail no later than 1400 (2�pm) EST on May�28, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aba48fe9fa0f4772a2f7438bf359add2/view)
 
Place of Performance
Address: Fort Drum, NY, USA
Country: USA
 
Record
SN05659768-F 20200517/200516071021 (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.