The RFP Database
New business relationships start here

Renovation and Modernization of Eisenhower Barracks, West Point, New York


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 for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, New York District, will use information obtained under this source sought to develop an acquisition strategy to meet the requirements for the repair of the entire Eisenhower Barracks, a 235,040 SF, multi-story cadet barracks building at the U.S. Military Academy, West Point, NY (USMA-WP).

The intent of this sources sought is to access industry's small business concerns including 8(a) companies within New York, New Jersey and Pennsylvania with an SBA approved office for competition in New York, Historically Underutilized Business Zone (HUB Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), and all small businesses under the size standard, capability and interest in performing a construction project within the U.S. Military Academy, West Point, NY using the design-bid-build process to meet the needs of the U.S. Military Academy.


The NAICS code for this project is 236220, Commercial and Institutional Construction. The small business size standard is $36.5 million. The Government must ensure there is adequate competition among contractors for work to be performed under this solicitation.

The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the repair of a 235,040 SF, multi-story cadet barracks building at West Point, NY with a current capacity of 673 Cadets with 320 rooms. The scope of the work entails the repair of the entire Eisenhower Barracks (Building 745C). Building repairs will address the interior configuration, life/safety, energy conservation, and utility systems which can no longer accommodate modern living conditions.


Architecture repairs will address space deficiencies for programmed functions such as: laundry, storage, day rooms, study rooms, TAC offices, barrack rooms, and latrines to address gender equality for both male and female Cadets. Interior repairs will address failing condition of walls, floors, ceilings and stairwells. Building exterior and envelope repairs will address 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).


Repairs will include the abatement of all HAZMAT that is known. It is anticipated that additional unknown HAZMAT will be discovered during repair and will also be abated.
 
This facility will accommodate 612 Cadets and 16 Tactical Officers and Tactical NCOs, for a total of 306 cadet rooms and 8 TAC/TAC NCO rooms for a total of 314 spaces after the repairs are completed.
 
Repairs will comply with EPAct 2005, EISA 2007, Executive Orders (EO) 13423 and 13514, and other current policies and directives on energy and water conservation. This project will achieve GBCI level certification at the LEED-NC/MR silver level and will follow the guidance detailed in the Sustainable Design and Development Policy.


The anticipated Magnitude of Construction is between $25,000,000.00 and $100,000,000.00.


Interested businesses shall respond to this Sources Sought Synopsis by submitting two (2) examples of previous experience with the repair of housing facilities greater than 100,000 GSF, consisting of multiple stories and similar in cost magnitude (greater than or equal to $25,000,000). The information submitted will be considered in the development of the acquisition strategy to support this program.


Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. For 8(a) and HUBZONE, firms must be certified by the Small Business Administration (SBA).


All interested businesses responding to this Market Research shall be limited to the information required above and shall be submitted via email or in writing by mail no later than 1600 (4 pm) EST on January 20, 2017.


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