Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOURCES SOUGHT

Y -- Construction of Information Systems Node (ISN) Facility, Fort Hamilton, NY

Notice Date
10/27/2021 1:37:58 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
W912DS22S0001
 
Response Due
11/3/2021 1:00:00 PM
 
Archive Date
11/18/2021
 
Point of Contact
Monica Chahary, Phone: 9177908182, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@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 develop an acquisition strategy to meet the requirements for the Information Systems Node (ISN) Facility, a single-story building structure, at Fort Hamilton, NY. The intent of this sources sought is to assess industry's small business concerns including 8(a) companies with a�SBA approved office, 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 the construction project at Fort Hamilton, NY using the design-bid-build process to meet the needs of the U.S. Army. The NAICS code for this project is 236220, Commercial and Institutional Construction. The small business size standard is $36.5 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 preparing plans and specifications for the construction of an Information Systems Node (ISN) facility comprised of a 10,872 SF building structure, redundant power, organizational vehicle parking, open storage, installation of Intrusion Detection Systems (IDS), Closed Circuit Television (CCTV), Electronic Security System (ESS), and Energy Monitoring and Control Systems connection. The facility includes space for a command center for operations support with video teleconferencing capability, administration, reception, network administrators, operations floor, tech lab, operations center, administrative offices, customer service center, technical assistance for Information Technology (IT), controlled humidity warehouse, loading dock with receiving zone, shower/locker rooms, and break rooms. Heating and air conditioning will be provided by self-contained systems. Project also includes utilities, fire protection and alarm systems, uninterrupted power supply, redundant mechanical and electrical systems, heating and cooling, and pavements, walks, and curbs. Site improvements will include site clearing, grading, and landscaping. Low Impact Development Integrated Management Practices (LID-IMPs) measures will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Access for individuals with disabilities will be provided.� Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. 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. Construction will comply with EPA Act 2005, EISA 2007, Executive Orders (EO) 13423 and 13514, and other current policies and directives on energy and water conservation. This project will achieve GBCI level certification at the LEED-NC/MR silver level and will follow the guidance detailed in the Sustainable Design and Development Policy. The anticipated Magnitude of Construction is between $10,000,000 and $25,000,000. Interested businesses shall respond to this Sources Sought Synopsis by submitting two (2) examples of previous experience with the construction of structures greater than 8,000 GSF, consisting of highly technical, complex building systems and similar in cost magnitude (greater than or equal to $15,000,000). 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 responses to this Market Research by interested businesses shall be limited to the information required above and shall be submitted via email to the Contract Specialist listed below, Monica Chahary, monica.c.chahary@usace.army.mil,�no later than 1600 (4 pm) EST on November 3,�2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e0f2751adf94f54b1be51cf8e8fe83f/view)
 
Place of Performance
Address: Brooklyn, NY, USA
Country: USA
 
Record
SN06165951-F 20211029/211027230110 (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.