Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2023 SAM #7898
SOLICITATION NOTICE

Z -- Replace Fire Suppression System, Hangar Bldg. 1837 Joint Base-McGuire-Dix-Lakehurst, New Jersey

Notice Date
7/11/2023 1:49:56 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS23C0021
 
Response Due
7/26/2023 11:00:00 AM
 
Archive Date
08/10/2023
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids solicitation package seeking to award a firm-fixed price construction contract for the construction of a new replacement of a fire suppression system in an existing hangar located at McGuire AFB, NJ. Wrightstown, NJ. The existing Hangar Bldg. 1837 as constructed in 1997 and consists of three separate hangar bays (A, B, and C) along with hangar bay support areas and a warehouse area. The scope of work is to replace the overhead AFFF-fire sprinkler pre-action systems and low level-underwing AFFF-water oscillating monitor systems and replace with the installation of a new wet pipe fire suppression sprinkler system, associated fire alarm devices, mass notification and facility report system. The facility�s HVAC, electrical, and utility systems as well as interior finishes will be repaired as necessary to accommodate the new fire alarm control system.� Hazardous abatement will be performed as necessary to safely remove the existing 360,000 gallons aqueous firefighting foam (AFFF) system, associated devices & associated wastewater. This project will be acquired as a 100% Small Business set-aside via the Invitation for Bids method. It is anticipated that the IFB will be issued on or about 01 Aug 2023 and the proposals will be due on or about 30 days later. The period of performance for this project is 450 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Contract Opportunities website at https://SAM.gov.� The small business size standard for this code is $19,000,000. The magnitude of this construction is estimated to cost between $5,000,000. and $10,000,000.�� The specifications will be posted electronically via the SAM.gov website. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090.� All questions must be submitted in writing via email (Microsoft Word format) to the Contract Specialist.� The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet.� Paper copies of this solicitation, and amendments, if any, will not be available or issued. 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/portal/public/SAM/, and Contract Opportunities, located at�https://SAM.gov, in order to safeguard acquisition related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://sam.gov. Point of Contact: Monica Chahary, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Phone: (917) 790-8182. Fax: (212) 264-3013. Email: monica.c.chahary@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bcb29264d8141e78e74fac93193d560/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN06743776-F 20230713/230711230051 (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.