Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SOLICITATION NOTICE

Y -- Building 740, Lee Barracks and Building 738, Sherman Barracks Repair

Notice Date
8/27/2021 12:46:52 PM
 
Notice Type
Presolicitation
 
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
W912DS21B0004
 
Response Due
9/7/2021 11:00:00 AM
 
Archive Date
09/22/2021
 
Point of Contact
Orlando Nieves, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
orlando.nieves@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(orlando.nieves@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), New York District intends to issue a solicitation package seeking to award a firm-fixed price contract, for the repair of Building 740, Lee Barracks and repair of Building 738, Sherman Barracks including supporting work. This procurement is being solicited under 100% Full and Open Competition. The apparent low bidder will be required to submit a subcontracting plan upon request by the Contracting Officer. The North American Industry Classification System (NAICS) code is 236220. The business size standard is $39,500,000.00 Lee Barracks � Base Work The project entails the full renovation of the Lee Barracks: Building 740 and its supporting facilities including surrounding paving, landscape, and utility infrastructure tie-ins. �Building interior improvements will replace sub-standard design, life/safety, and energy conservation issues that are no longer able to accommodate modern living conditions. � The current barracks facility has a capacity of 192 Cadets with 96 Rooms within 73,698 square feet. �The full building repair project will have a capacity of 138 Cadets within 69 cadet rooms. Improvements will address deficiencies of programmed spaces including laundry; storage; day rooms; study rooms; TAC offices; as well as barrack rooms and latrines to address gender equality demands for both male and female Cadets. Improvements will also entail the replacement of furnishings and finishes to address the deteriorating condition of furniture; interior walls and insulation; doors and door hardware; interior wall finishes; finish floors coverings; ceiling height and materials; toilet room finishes and fixtures. Building exterior renovations will address failing and or deteriorating systems including water infiltration repairs; structural roof system replacement; new roofing insulation and waterproofing; window replacement; replacement of rooftop equipment screening; repair of exterior masonry and limestone. The Barber and Beauty Shop that currently resides at the sub-basement level within Building 740 will be renovated as part of this effort. The Barber and Beauty Shop must remain operational at all times and will require temporary swing space during the Building 740 repair. In addition, a Cadet Health Clinic (CHC) will be added to the sub-basement and basement floors of Building 740.� The CHC program includes waiting rooms, reception, exam rooms, treatment rooms, specimen collection, laboratory, administrative space, staff support and toilet rooms and will receive a new communicating stair between the basement and sub-basement as well as a new two-stop elevator to serve the CHC, separate from the barracks.� Hazardous building materials such as asbestos, lead, and radon are known to exist and will be abated. Mildew and mold that has formed due to water infiltration or improper ventilation will also be abated. All renovation to correct building failures will impact only non-historic components or systems. Coordination with SHPO and local historic preservation agencies as well as observance of preservation policies will be observed. � Mechanical/Electrical/Plumbing (MEP) improvements will correct failures and aging systems through complete replacement including: fire suppression and water supply systems; fire alarm and mass notification system; fire detection, protection, monitoring, and controls; heating and ventilation systems; plumbing systems; electrical systems; telecommunication and cabling systems; closed circuit television (CCTV); alarm and card access systems; public address systems; time clock systems; cable television systems; and distributed antenna systems (DAS). Supporting facility improvements will address utility infrastructure, hardscape and landscape features, and site security features within the project site limits. These include replacement of all deteriorated and/or under-capacity lateral utility lines; the replacement of all pavement for sally ports, walkways, and formation areas; replacement of damaged trees, shrubs, groundcover, and lawn; replacement of damaged curbing, steps, ramps, railings, and other hardscape features; installation of new tree-well grates, benches, trash receptacles, steam vaults and access ramps. Building 738, Sherman Barracks � Optional Work The option entails the full renovation of the Building 738, Sherman Barracks and its supporting facilities including surrounding paving, landscape, and utility infrastructure tie-ins. Building repairs will address the interior configuration, life/safety, energy conservation, and utility systems which can no longer accommodate modern living conditions. The full building repair project, totaling 110,834 square feet, will have a final capacity of 321 Cadets within 152 rooms. Architecture repairs will address space deficiencies for programmed functions such as: laundry, storage, day rooms, study rooms, TAC offices, barrack rooms, and latrines to address gender equality for both male and female Cadets. Interior repairs will address failing condition of walls, floors, ceilings, and stairwells. Building exterior and envelope repairs will address water infiltration systems, structural roof systems, insulation and waterproofing, windows, rooftop equipment screening, and exterior masonry and limestone.� Mechanical/Electrical/Plumbing (MEP) repairs will be made to fire suppression and water supply systems, fire alarm and mass notification system, fire detection/protection/monitoring/controls, heating and ventilation systems, plumbing systems, electrical systems, telecommunication and cabling systems, closed circuit television (CCTV), alarm and card access systems, public address systems, time clock systems, cable television systems, and distributed antenna systems (DAS). Hazardous building materials (HAZMAT) including asbestos, lead, radon, and mold are known to exist. Repair will include the abatement of all HAZMAT that is known. It is anticipated that additional unknown HAZMAT will be discovered during repair and will also be abated. Repairs at Building 740 and Building 738 will comply with EPAct 2005, Executive Orders (EO) 13423 and 13123, and other current policies and directives on energy and water conservation. This projects will be LEED SILVER certifiable and will follow the guidance detailed in the Sustainable Design and Development Policy. It is anticipated that the Invitation for Bid will be posted electronically on sam.gov on or about 06 August 21 and the proposals will be due approximately 30 days later. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the SAM web-site for any amendments. �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 The period of performance for this project including the base and options is approximately 1034 calendar days from the Notice to Proceed date. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction. The magnitude of this construction is estimated to cost between $100,000,000 and $200,000,000. All vendors who want access to the solicitation must be registered with SAM. To keep informed of changes, check sam.gov frequently. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in SAM.Gov prior to award. Lack of registration in SAM may make and offeror ineligible for award. Direct all contracting questions to the Contract Specialist, Mr. Orlando Nieves, by e-mail at Orlando.Nieves@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ecb087d7b14e4abbb36afc3f892a75ad/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06114344-F 20210829/210827230121 (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.