Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Y -- Chrome Plating Facility Repair Project, Watervliet, NY

Notice Date
10/16/2020 8:03:10 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
New York New York NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS21S0005
 
Response Due
10/29/2020 11:00:00 AM
 
Archive Date
11/13/2020
 
Point of Contact
Michael McCue, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
michael.l.mccue@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(michael.l.mccue@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
Sources Sought Notice � Chrome Plating Facility Repair Project, Watervliet, NY NAICS Code: 236220- Commercial and Institutional Building Construction 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. 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 purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry including Large Business and the Small Business Community to include but not limited to Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business and Service -Disabled Veteran-Owned Small Business (SDVOSB), for a contract involving Chrome Plating Facility Repair Project at the Watervliet Arsenal, NY. The NAICS Code is 236220 (size standard $36.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. The procurement method for this solicitation will be to submit sealed bids or an Invitation for Bid. Responses will be used to determine appropriate acquisition decisions for a future procurement. If qualified firms do not respond to this Sources Sought notice, the construction contract may be acquired under full and open competition. Results of the market research will/will not be posted to www.beta.sam. � BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The Watervliet Arsenal, located in Watervliet, New York (WVA), is the United States' oldest, continuously operating, cannon manufacturing facility. The WVA consists of two contiguous areas that comprise a total land area of 140 acres. The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the repair of the WVA Chrome Plating Facility. The repaired Chrome Plating Facility will maintain current and future missions of the WVA. The estimated construction magnitude cost is between $25 and $100 million. Award is projected in February 2021. The description of the Chrome Plating Facility Repair Project is as follows: The WVA operates a chromium plating facility as part of the Main Manufacturing Area (MMA) located in Watervliet, New York.� The facility was constructed in the late 1970s and became operational in 1980s. This project entails the rehabilitation of this large tube plating area used for hard chromium plating of medium and large tubes ranging from six to ten inches in diameter and varying in length up to forty feet long. Within the system used for tube plating includes several tanks associated with rinsing, electro-polishing and cleaning, as well as all associated mechanical, electrical, plumbing, control, and air scrubber exhaust systems which are degrading from time and use. The intent of this project is to mitigate the current conditions found during an assessment where several of these systems were deemed at the point of critical failure. In turn, a 100% design exercise was conducted to provide the needed plans, specifications and phasing in order to correct know deficiencies. Disciplines required to complete this project are as follows but not limited to: MEP, Environmental (hazardous materials), and Structural. Due to the critical nature to this facility and its association to the manufacturing production within the WVA, phasing to minimize shut down time is a key factor.�� 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 such as; use of a small business set aside or a small business set-aside within a specific socio-economic category or full and open competition. This design-bid-build project is planned for advertisement starting in December 2020 with an award mid February 2021. Contract duration will be approximately 720 calendar days. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following items. At the end of this survey you will be asked to provide your comments. Offerors response to this Synopsis shall be limited to 20 pages. 1.� Name of responding firm with address, phone number, fax number, point of contact and email address. � 2.� Identification and verification of the company as a: ���������������� a.� Small or large business firm as defined by SBA, or ���������������� b.� Certified HUBZone firm, or ���������������� c.� Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or ���������������� d.� SBA certified 8(a) firms serviced by SBA districts located within Region I-New England, Region II-Atlantic,���� and Region III-Mid Atlantic ���������������� e.� Women Owned Small Business ���������������� f.� Offerors Joint Venture information if applicable � existing. � 3.� A CAGE Code and DUNS Number for the firm. � 4.� Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not. � 5.� Indicate if your firm would be bidding on this contract as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. � 6.� Indicate if there is a dollar limit on the size contract that you would bid. � 7.� Indicate Bonding Capacity: per contract and total bonding capacity. � 8.� Qualification Criteria: Responses to this sources sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Include: � ����������� a.��Experience with repair and construction of chrome plating facility projects. Projects of similar size and complexity and on processing facilities with tank lines and associated equipment for chemical cleaning and/or plating processes or fully operational heavy industrial facilities, to include fuel processing facilities, paint/paint stripping, food processing facilities or other specialized industrial processing facilities that remained fully operational during construction. Construction/installation and commissioning of systems in an active manufacturing facility in a 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. Limit experience submittals to no more than three independent projects. ��������� b.� Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. ��������� �c.� Type of heavy construction equipment you own and/or operate that is suitable for the work described. For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. ����������� d.� The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific set-asides: FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Setasides).FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-asides). FAR 52.219-30 (Pertains to Women-Owned Small Business Set-Asides). 9. Contractor's comments or recommendations. Please provide, if any. 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. Firms 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. 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. Submit by email three (3) Survey Questionnaires to: All interested businesses should submit their responses in writing by e-mail or package delivery service. The due date for responses is approx. 14 days from this announcement Send responses to: Michael McCue, e-mail Michael.L.McCue@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 ___________________��������������������������������������������������������������������������������������������� ����������� ���������� E-mail your questions to US Army Engineer District, New York at Michael.L.McCue@usace.army.mil� Place of Performance Watervliet Arsenal, Watervliet, New York 12189
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3214fe5e6bf44c1b91c18c735bad436f/view)
 
Place of Performance
Address: Watervliet, NY 12189, USA
Zip Code: 12189
Country: USA
 
Record
SN05829903-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.