Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2025 SAM #8766
SOURCES SOUGHT

99 -- Reconstruction of Thayer Hall at West Point, NY

Notice Date
11/24/2025 11:34:57 AM
 
Notice Type
Sources Sought
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ26X0001
 
Response Due
12/23/2025 10:00:00 AM
 
Archive Date
01/07/2026
 
Point of Contact
BRIAN MANNION, Phone: 9783188478
 
E-Mail Address
brian.t.mannion@usace.army.mil
(brian.t.mannion@usace.army.mil)
 
Description
Subject: Reconstruction of Thayer Hall (General Instruction Facility) NACIS Code: 236220 (Institutional Building Construction) Response date: 23 December 2025 Place of Performance: United States Military Academy, West Point, New York US Army Corps of Engineers, New England District 696 Virginia Road Concord, MA 01742-2751 US The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Construction Services of a Reconstruction of Thayer Hall (General Instruction Facility) at West Point, NY. This announcement is to determine interest, availability, and capability of Small Business and Large Business concerns for this project. The NAICS code for this procurement is 236220. The project is planned to be issued in the Summer of 2026 with demolition/reconstruction to begin in early in 2027. The estimated construction cost is over $500,000,000. The project will be constructed within the access-controlled installation of West Point, NY. The impacted building will be deconstructed and reconstructed within the cadet central area of the United States Military Academy. Adjacent facilities will remain occupied during construction with minimal disruption to operations requiring precise construction planning. Work for this project is described below: 1. Project Purpose and Program Context This project is a major component of the Academic Building Upgrade Program (ABUP), which aims to modernize academic facilities and address critical instructional space shortages at the U.S. Military Academy (USMA). USMA currently faces a deficit of 412,799 square feet of general instructional space; the reconstruction of Thayer Hall will help reduce this gap while supporting a student load of 2,880 cadets. The project will also consolidate key academic programs into a single, modernized facility. Centralizing instruction and support functions will minimize departmental fragmentation, improve operational efficiency, and foster greater cross-disciplinary collaboration. This design approach aligns with current educational trends that prioritize flexible, multi-purpose spaces to support interactive and innovative learning environments. ________________________________________ 2. Existing Conditions and Demolition Scope Thayer Hall consists of an original 1911 structure and a later addition constructed in 1955. The project requires demolition of the 1955 portion, totaling 321,012 square feet. This demolition will involve careful coordination due to significant impacts to the granite and stone exterior fa�ade, requiring a combination of deconstruction, repair, and preservation. The surviving features of the 1911 structure will be rehabilitated and preserved wherever feasible to maintain the historical integrity of the building. The reconstructed facility will remain compatible with the original building�s historic materials, architectural features, scale, massing, and proportions. ________________________________________ 3. Reconstruction Scope and Facility Capabilities The project includes the deconstruction and reconstruction of the General Instruction Building to create a modern, expanded academic facility. The new building will house a comprehensive set of academic, administrative, and support functions, including: � Academic Spaces: general instruction classrooms, lecture halls, labs, collaboration areas, and a library with a mock courtroom. � Administrative Areas: private and open offices, conference rooms, and departmental support rooms. � Support and Specialty Areas: auditorium, arms vault, reception areas, staff break rooms, copy rooms, storage areas, lactation rooms, showers and restrooms, vending areas, and a caf�. � Vertical Transportation: freight and passenger elevators. Original 1911 features will be rehabilitated and integrated into the new design wherever feasible. ________________________________________ 4. Building Systems, Utilities, and Site Improvements The facility will be equipped with modern building systems including cybersecurity features, Electronic Security Systems (PACS and IDS), Energy Measurement and Control System (EMCS) integration, building information systems, and fire alarm and suppression systems. Supporting site work will include new utility connections for water, sanitary sewer, and electrical systems; storm drainage improvements; walkways; curbs and gutters; landscaping; and general site enhancements. Heating will be supplied through the district heat system, and cooling will be provided via a steam-powered absorptive chiller. Utility connections will tie into privatized electric, water, and wastewater systems. The respective Utilities Privatization System Owners�American Water and City Light & Power�will construct and own the utilities up to the facility service disconnect or other defined demarcation point. ________________________________________ 5. Design Standards and Performance Requirements The facility will be fully designed for accessibility and usability by individuals with disabilities. All work will meet the DoD Unified Facilities Criteria (UFC 1-200-02), ensuring compliance with performance requirements for sustainability, energy efficiency, building envelope integrity, and integrated systems. The facility will be designed for a minimum service life of 40 years. ________________________________________ 6. Acquisition Strategy and Contracting Approach The acquisition approach incorporates early contractor involvement utilizing the federal government�s Integrated Design and Construction (IDaC) framework to support design completion and ensure constructability. The solicitation will be issued at approximately 15% design. The base contract will include construction management services, providing design reviews at the 60%, 90%, and 100% stages. Two options will be included: � Demolition Option: awarded immediately after the base contract is issued. � Construction Option: negotiated within an agreed-upon ceiling price after completion of the 100% design, aligned with the end of the demolition phase. USACE is specifically assessing the capability and interest of: � Small Businesses under the applicable size standard � 8(a) Small Business Development Program participants (with an SBA approved district office) � Historically Underutilized Business Zone (HUBZone) Small Businesses � Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Other Than Small Businesses (OTSB�s): If you choose to respond, please include recommended subcontracting goals (percentages of total contract value) for each applicable socio-economic category (e.g., Small Business, Small Disadvantaged Business, WOSB/EDWOSB, HUBZone, SDVOSB, VOSB). These recommendations are for planning purposes only and will inform the Government�s goal development. Small Businesses do NOT need to submit subcontracting goals. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above. Please include up to three specific examples of the firm�s experience performing the work requirements stated above. The projects must have been performed within the last seven years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror�s effort and their experience must also have been performed within the last seven years. Proof of bonding capability is required. Additionally, please comment on the use of a Project Labor Agreement (PLA). A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Agencies may use PLAs to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 14063, Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, agencies are required to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects, unless waived by a senior official. The use of a PLA applies to both small and large businesses and is appropriate if the use of project labor agreements will: 1. Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and 2. Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Some of the factors that may be considered regarding PLA use are: a) The involvement of multiple contractors and/or subcontractors working in multiple crafts or trades. b) The complexity of the project. c) Shortage of skilled labor in the region. d) Completion of the project will require an extended period of time. e) The use of PLAs on other comparable projects in this geographic area. f) The promotion of the Governments long term programs interests such as training of skilled workforce for future projects. g) The possibility of labor disputes that threaten timely completion. h) Additional costs from use of PLAs may be cost prohibitive. In consideration of the above factors, and any others which may be deemed appropriate, firms are invited to comment on the use of PLAs. Of particular interest to the Government are responses to the following questions: a) Should a PLA be executed on the above project? What benefits do you believe a PLA could achieve? What other factors should the Corps consider before deciding to include PLA provisions for the construction project? b) Will the use of a PLA be effective in achieving economy and efficiency? If so, how? What is the estimated relative cost impact, or any other economies or efficiencies derived by the Federal Government, if using a PLA? Will a PLA impact the cost of submitting an offer? c) Are there any concerns regarding labor-management stability related to this project? Will the use of a PLA produce labor-management stability on this project? Have labor disputes or other labor issues contributed to project delays in the local area? Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? What market share does union labor in construction trades have in the geographic area? Which existing Collective Bargaining Agreements will expire during construction of this project? d) Will use of a PLA be conducive to ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other relevant matters on this project? Are there instances where these standards have not been met on Federal contracts in the local area? Were PLAs used for those specific contracts? e) This project will require construction contractors and/or subcontractors employing workers in multiple crafts or trades; do you foresee any work on this project that may result in both the prime contractor and at least one subcontractor, or two or more subcontractors, employing the same trade? f) Are there any concerns by prime contractors on the availability of skilled construction labor? Are there large scale construction projects in the area (over $25M, within 50 miles) which could impact availability of skilled labor for this project? What is the anticipated volatility in the labor market for the trades required for the execution of the project? Are existing apprentice programs providing sufficient numbers of skilled workers for future requirements? g) Is the proposed schedule/completion time one which would benefit from a PLA - if so, how? Will a PLA impact the completion time? Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? h) Are you aware of comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of this project? For each project, please indicate if a PLA was used, the initial and final cost, number of trades on the project, if the project was completed on time, and if there were any challenges such as labor shortages, labor related delays, safety issues, etc... i) Will the use of PLAs impact the ability of potential offerors and subcontractors to meet small-business utilization goals? j) Will inclusion of PLA requirements affect your decision to submit a proposal for this project? If so, please detail how it will affect your decision. Respondents to this Sources Sought are advised that any/all documents related to the use of a project labor agreement for the subject contract become records of the Government and the Freedom of Information Act (FOIA) requirements may apply to the release of PLA market research results. Responses are limited to twenty pages. Responses are due by December 23, 2025. Responses should be emailed to: Brian Mannion: Brian.T.Mannion@usace.army.mil Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, US Army Corps of Engineers
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fb453a828d7341a5b6a6aae8c8abab22/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07650919-F 20251126/251124230043 (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.