The RFP Database
New business relationships start here

IDC M-328 - Academic Buildings Upgrade Program at USMA


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

 


 

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.  The U.S. Army Corps of Engineers, New York District is conducting a market research to facilitate a determination of the acquisition strategy for this procurement.  The determination of the acquisition strategy lies solely with the Government and will be based on market research and information available to the Government from other sources.  The New York District is conducting this market research to identify businesses which have the capability to perform Academic Building upgrades. 

NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE.

1. CONTRACT REQUIREMENT:  The anticipated contract, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6.  Firms will be selected for negotiated based on demonstrated competence and qualifications for all of the required work.  This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services.  The Small Business size standard for this code is $15,000,000.00.   To be considered a Small Business under this NAICS codes, the respondent’s average revenue for the last three fiscal years cannot be more than $15,000,000.00.  If the respondent’s revenue for the last three fiscal years is over $15,000,000.00, the respondent is not considered a Small Business.  All respondents MUST identify their business size relative to the NAICS code.  Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran Owned Small Business.

When the requirement is solicited, one firm will be selected for negotiation based on demonstrated competence and qualifications for all the required work.  The Government anticipates issuing one (1) Indefinite Delivery Contract (IDC) for five (5) years for a maximum of 60 months and will not include optional time periods.   The anticipated contract will have a total capacity not to exceed $9,900,000.00.

If the contract is set aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract.  This clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

 

2. PROJECT INFORMATION:

·       Repair of multiple academic buildings and renovations/upgrades of various facilities at West Point, NY.

·       Building Repairs will address interior configuration, life/safety, energy conservation, and utility systems which do not accommodate modern living conditions.

·       Architecture repairs will address space deficiencies for programmed functions such as: classrooms, storage, day and study rooms, latrines to address gender equality, academic departments, auditoriums, study areas and laboratories.  Interior repairs include failing condition of walls, floors, ceilings, and stairwells.

·       Building exterior and envelope repairs include water infiltration systems, structural roof systems, insulation and waterproofing, windows, rooftop equipment screening, and exterior masonry and limestone.

·       Mechanical/Electrical/Plumbing (MEP) repairs will be made to fire suppression and water supply systems, fire alarm and mass notification system, fire detection/protection/monitoring/controls, heating and ventilation systems, plumbing systems, electrical systems, telecommunication and cabling systems, closed circuit television (CCTV), alarm and card access systems, public address systems, time clock systems, cable television systems, and distributed antenna systems (DAS).  Repair will include the abatement of all hazardous material that is known.

 

3. QUALIFICATIONS:  All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas:

      Demonstrated experience in the following:

·       Renovation of Academic Buildings and facilities.

·       Design planning and scheduling management of fast track designs.

·       Working on military installation projects.

·       Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certifications methods.

·       Design Charrettes, Studies (to include value engineering studies), Site and infrastructure design, Development of design criteria for design-build contracts, and design of new construction and renovation projects for military installations and other non-military government agencies, Parametric Designs, Design work analysis, Geotechnical reports, Topographic surveys, Technical specifications, Wetland delineation and mitigation, Preparation of Permit applications and obtain permits, Preparation of Concept Designs, Final Designs and Site Plans, Hazardous Materials Abatement, Antiterrorism/Force Protection, Explosive safety design,

·       Building Information Modeling (BIM).

·       Ability to produce Cost estimates using the latest version of M-CACES, PACES and MII [M2] software. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York.

·       Demonstrated ability to produce quality designs based on evaluation of a firm’s design quality management plan (DQMP). Consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects.

 

4. SUBMMISSION REQUIREMENTS:  All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement.  The capabilities statement is limited to ten (10) pages total and shall include the following information:

1. Firm’s name, address, point of contact, phone number and email address.

2. Firm’s business size -  If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business).

3. Demonstration of the firm’s experience as a prime contractor on projects of similar size, type and complexity within the past five years.  List at least 3 completed projects that are related to qualifications outlined in paragraph 2 and include project Title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Additionally, firms must be capable of responding to and working on multiple task orders concurrently.

The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience.  If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government.   Again, this is NOT a request for proposal or quotation; there is no solicitation available at this time.  A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government.

All responses shall be submitted via email to Stephen DiBari at Stephen.dibari@usace.army.mil within 14 calendar days of the original posted date in the Fed Biz Ops.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                   

 

                                   

 




 


 


 


 




Orlando Nieves, Contract Specialist, Phone 9177908078, Email orlando.nieves@usace.army.mil - , Email NYDcontracting@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP