Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

Z -- Camp Buckner Revitalization

Notice Date
11/27/2023 10:19:15 AM
 
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
W912DS24S0004
 
Response Due
12/12/2023 11:00:00 AM
 
Archive Date
12/27/2023
 
Point of Contact
Michael McCue
 
E-Mail Address
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Camp Buckner Phase 3, West Point, New York U.S. Army Engineer District, New York, CENAN-CT, Rm. 16-300, 26 Federal Plaza, New York, NY 10278-0090 Camp Buckner was constructed in various stages since its earliest beginnings during World War II in 1943 with subsequent additions and expansions from the 1950s through the 1980s.� The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP) solicitation package seeking to award a firm-fixed price contract to repair selected existing Camp Buckner facilities and sites to address immediate or persistent structural integrity, building envelope, life, health, and safety concerns. The procurement method for this solicitation will be a Request for Proposals (RFP) Best Value Trade Off (BVTO), using the Two-Phase design/build selection procedures. Ten buildings have been selected for the third phase of this revitalization. Selective improvements will introduce new systems, such as air conditioning and vapor barriers, into the existing facilities and will reconfigure the existing facilities to eliminate the root cause of long-term deleterious effects. Fire Suppression, Fire Alarm, and mass notification systems will all be modernized, and HVAC and broadband internet will be installed in each barracks. All plumbing systems will be repaired/adapted as required, with all new plumbing fixtures. All hazardous materials within the buildings, including mold, mildew, lead (Pb), and asbestos, will be completely abated. Interior and Exterior Lighting will be improved. Utility service lines and infrastructure will be repaired and upgraded as necessary. Project magnitude is between $10 million and $25 million.� This project will be acquired as a 100% Small Business set-aside. It is anticipated that the first phase of the RFP will be issued on or about 1 to 15 January 2024 and the first phase proposals will be due on or about 30 days later. The period of performance for this project is 480 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Contract Opportunities website at https://beta.sam.gov/.� PLEASE NOTE:� www.fbo.gov IS NOW https://beta.sam.gov/.� The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial and Institutional Building Construction. Proposals will be required to be submitted electronically, instructions on how to submit electronically can be found in the solicitation when posted. 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://beta.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://beta.sam.gov/. The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. Point of Contact is Michael McCue, Contract Specialist, CENAN-CT, Rm 16-300, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, New York, NY 10278-0090. Email: �Michael.L.Mccue@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77141564cbe14dcb8cbcee3b12d6455c/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06894513-F 20231129/231127230043 (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.