The RFP Database
New business relationships start here

Cemetery Land Reclamation Project, West Point, NY


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, New York District, intends to issue a solicitation package seeking to award a firm fixed-price construction contract through the sealed bidding process for the following scope of work:

This is a Design-Bid-Build project that will expand the existing cemetery, to include excavation and installation of in-ground pre-placed crypts, construction of a maintenance building with restroom and storage. Support facilities include waterlines, sanitary sewer, storm drainage, telecommunications, electrical power distribution and exterior lighting, security systems, retaining walls, perimeter fencing, entrance gates, vehicle and pedestrian access roads, walks, curbs, gutters, and signage. The project will provide special foundations to address the varying soil conditions on the site. The maintenance structure will have heating and air conditioning by self-contained systems. DoD Minimum Antiterrorism for Buildings standards will be provided. Facilities are to be designed to a 40 year life in accordance with DoD Unified Facilities Criteria (UFC 1-200-02), and include energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Sustainability/Energy measures will be provided.


The period of performance for this project is approximately 685 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. In accordance with DFARS 236.204, the estimated magnitude of construction is between $10,000,000 and $25,000,000. 


This project will be 100% set aside for Small Business only. It is anticipated that the plans and specifications will be posted electronically on or about 11 July 2019 via the Federal Business Opportunity website at www.fbo.gov, with a bid opening approximately 30 days later. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Bidders are required to be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/. Award will be made to the lowest responsible bidder.


Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC listed below.


The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be 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 Federal Business Opportunity (FedBizOpps), located at http://www.fbo.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 FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). 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 mandate the use of Contract Performance Assessment Reporting System (CPARS) 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. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract.


For further information, contact the POC for this project: Monica Chahary, Contract Specialist, New York District, Telephone: (917) 790-8182. E-mail: monica.c.chahary@usace.army.mil



Monica Chahary, Contract Specialist, Phone 9177908182, Email monica.c.chahary@usace.army.mil - Nicholas P. Emanuel, Phone 9177908069, Email Nicholas.P.Emanuel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP