Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

99 -- Watervliet Arsenal Fire Suppression for Multiple Manufacturing Buildings

Notice Date
7/16/2020 9:51:53 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
W912DS20S0028
 
Response Due
7/27/2020 11:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Nicholas P. Emanuel
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 236220. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The proposed project is for the Watervliet Arsenal Fire Suppression for Multiple Manufacturing Buildings�� � Description of project: Proposed project will include the following: This project will construct a Fire Suppression System for a total of five (5) manufacturing Buildings so that each is code compliant with respect to Fire Protection Standards. The buildings are located on the Watervliet Arsenal (WVA), New York in Watervliet, NY. The five buildings and their respective type of fire suppression system(s) to be constructed are listed as follows: Building 20- Wet Pipe Sprinkler System and Dry Pipe Sprinkler System Building 121- Wet Pipe Sprinkler System Building 122- Wet Pipe Sprinkler System Building 133-Dry Pipe Sprinkler System Building 136- Wet Pipe Sprinkler System and Dry Pipe Sprinkler System The elements of work that will be required for each Building are Earthwork, Water Utility Distribution Exterior and Interior Piping, Thermal and Moisture Protections, Finishes, Electrical Distribution and Lighting Interior and Exterior, Fire Detection and Alarm System, and existing hazardous building materials (asbestos, lead base paint, etc.) Remediation. Buildings 20, 133, and 136 will have additional elements of work to include the Mechanical and Electrical components for the operation of an Air Compressed Piping Assembly associated with a Dry Pipe Fire Suppression System. Building 20 will have a different elements of work as required for Acoustical Ceilings. The Buildings vary in area, height, and use as follows: Building 20- Approximately 106,632 SF, two story, Major Components Manufacturing Facility Building 121- Approximately 6,139 SF, single story, Research & Engineering Laboratory � Building 122- Approximately 1,580 SF, single story, Research & Engineering Laboratory Building 133- Approximately 7,642 SF, single story, Non Hazardous Storage Building 136- Approximately 26,952 SF, single story with basement, Boiler Plant WVA Operations will take precedent over contract work at all times. Special provisions to construction schedule and contract work will need to be made on a case by case basis and coordinated on a daily and/or weekly basis with Building Owners and Operators as to keep WVA operations fully functional at all times. Special provisions will vary dependent on each Building and may include but not limited to second or third shift work, Indoor Personnel Operated Industrial Manufacturing Environments, Escort Requirements, working in close proximity to Moving Heavy Machinery, working in an changing environment with respect to location of equipment and or storage items ranging from large to small, frequent de-mobilization and mobilization prior to work completion, Outdoor Industrial Military Installation Environments, Fall Protection required areas, and Boiler Plant conditions to include working in High Temperatures. 100% Design Drawings and Specifications will include Plan Drawings and Documents describing the Phasing Requirements for each Building. The magnitude of construction will be between $4 million to $8 million. Award is projected in 30 September 2020. Estimated project duration is 420 calendar days or 14 months. � 2. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms (large or small business) should respond to the project if they are interested in performing it. 3. The North American Industry Classification System (NAICS) code is North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction 4. Business Characteristics� 1) Please provide the name of your business or joint venture, address, point of contact name, phone, fax number, and email address. 2) Please provide a CAGE Code and DUNS Number for the business. 3) What is your bonding capacity per contract? What is your total bonding capacity? 4) Is your company a small or large business? Are you classified as HUB Zone Small Business, SBA certified 8(a) Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business, Small Business, or as a Large Business? Answer the same questions for any planned subcontractors. 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Specialized Experience and Technical Competence in: 1. Construction of Fire Protection systems for military facilities 2. Construction of a Fire Protection systems for commercial facilities 3. Construction of a new facility Type I through Type IV greater than or equal to 10,000 SF. Contractor's Comments or Recommendations. Please provide if any, by an approved method listed at the end of this document. Please note that this notice 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. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work. 5. Please send all responses to: Email: Michael.L.McCue@usace.army.mil Responses are due no later than 2:00 PM Eastern Standard Time (EST 27 July 2020).� Please submit completed questions in this document of no longer than 15 pages by mail or email to: Email: Michael.L.McCue@usace.army.mil Responses will not be accepted after 2:00 pm on the response date shown in the advertisement on FBO.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Contracting Office Address: Attn: CENAN-CT 26 Federal Plaza New York, New York 10278-0090� United States� Primary Point of Contact: Nicholas P. Emanuel Michael.L.McCue@usace.army.mil Phone: 816-389-2244
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afcb53dd6f7d474bbb6a751b17e00300/view)
 
Place of Performance
Address: Watervliet, NY 12189, USA
Zip Code: 12189
Country: USA
 
Record
SN05724234-F 20200718/200716230204 (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.