Y--Constitution Island, United States Military Academy, West Point, New York
Solicitation Number: W912DS-11-S-0008
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, New York
Notice Type:
Sources Sought
Posted Date:
March 24, 2011
Response Date:
April 7, 2011
Archiving Policy:
Automatic, on specified date
Archive Date:
June 6, 2011
Original Set Aside:
N/A
Set Aside:
N/A
Classification Code:
Y -- Construction of structures and facilities
NAICS Code:
236 -- Construction of Buildings/236118 -- Residential Remodelers
Synopsis:
Added: Mar 24, 2011 1:14 pm
The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA certified 8(a) firms serviced by SBA New Jersey, New York, Connecticut, Massachusetts district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort:
The proposed project, Constitution Island is located at the USMA West Point NY. The project is to repair and rehabilitate the building envelope of the Warner House (built in the early 1800s), install interior environmental controls for the Warner House, restore the interior of the Warner House, reconstruction of the Caretakers Residence as a new Visitor's Center and Utility Rooms, restoration of the Carriage House, construction of additional storage garage for the Caretaker's Cabin, construction of a new pre-engineered storage building, construction of improved site access and new security gate, and construction of site drainage improvements.
Responses to this sources sought will be used by the Government to make an appropriate procurement decision. If qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. This project is planned for advertisement in May 2011 with award scheduled in July 2011. Contract duration is estimated at approximately 540 calendar days.
The North American Industry Classification System (NAICS) code is 236118. Residential Remodelers have a size standard of $33.5 million in average annual receipts. Twenty percent (20%) of the work is to be self-performed. All interested businesses should notify this office in writing by mail or fax by 7 April 2011, 10:00am local time.
Responses should include the following:
(1) Identification and verification of the company as an SBA certified 8(a) firm by SBA New Jersey, New York, Connecticut, or Massachusetts district offices, HUB Zone or Service-Disabled Veteran Owned Small Business.
(2) A CAGE Code and DUNS Number.
(3) Indication of relevant past experience through the description of three (3) no more than five (5) projects within the last seven (7) years similar in scope, size, complexity & magnitude to the proposed project. The definition of relevant is provided below:
1. Similar scope is experience in construction of similar type projects which include restoration of historic structures. Restoration needs to include more than aesthetic restoration.
2. The size of the projects used for past experience is defined as a restoration of a historical structure of at least 2,000 SF.
3. Projects of similar complexity are required. Complexity is defined as the management and coordination of multi-disciplined renovation/construction teams to complete projects that include the majority of the following types of work: structural and interior renovation, site/civil, mechanical and electrical construction.
4. The magnitude of construction for this project is $5,000,000 - $10,000,000
(4) The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount listed above.
(5) The interested contractor shall provide a statement verifying that 20% of the work will be self performed including a description of the work that may be self performed. Additionally, a complete list of all permanent employees, name, title, and a brief description of their function (roles and responsibilities) shall be provided.
Send responses to:
US Army Corps of Engineers
New York District
26 Federal Plaza, Room 1843,
ATTN: Ms. Loretta Parris
New York, NY, 10278-0090
Or by fax to (212) 264-3013.
This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
Contracting Office Address:
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
Place of Performance:
USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
10278-0090
US
Point of Contact(s):
Loretta E. Parris, 917-790-8182
USACE District, New York
Opportunity History
Original Synopsis
Mar 24, 2011
1:14 pm
1 year ago
No comments:
Post a Comment