Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOURCES SOUGHT

54 -- NYCOEM INTERIM HOUSING PROJECT

Notice Date
1/21/2011
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-11-S-0002
 
Response Due
2/7/2011
 
Archive Date
4/8/2011
 
Point of Contact
Matthew Lubiak, 917-790-8089
 
E-Mail Address
USACE District, New York
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government in any contract award. The U.S. Army Corps of Engineers, New York District, is conducting preliminary research to determine the market capabilities of potential contractors to support projects in the category of multi-story, multi-family residential housing consisting of modified ISO shipping container modules. This includes the design, manufacture and implementation of a system of removable and reusable housing that can be delivered quickly and configured for densely populated urban areas within New York District boundaries, and particularly within the five boroughs of New York City. It is anticipated that the housing units contemplated as post-disaster interim housing would be occupied for 6 months to 2 years, however could become permanent. Therefore, the criteria for the housing constructed under these projects include compliance with local building codes for permanent construction. The anticipated Request for Proposal will include the requirement to produce designs, calculations, and supporting documents indicating code compliance. A single project would consist of multiple units of different types (1, 2, and/or 3-bedroom) assembled and stacked as a contiguous structure four stories high. The units will consist of modified ISO shipping containers, which are to be delivered to the site fit-out and ready for placement in the structure and utility connections. The project will include temporary foundations, stairways, walkways, and utility metering and connections. Maintenance of the structure and units for a period of approximately two years, disassembly and disposal or relocation, including restoration of the site, is also contemplated as part of the projects. This notice supports a pilot project of approximately 8-16 units. The results and evaluation of the pilot project will inform the potential use of this approach to larger scale needs, such as post-disaster interim housing. The estimated magnitude for the upcoming project is less than $1 Million. Although other modular solutions may exist, this project is limited to solutions based on standard ISO shipping container modules. All interested firms have until 07 February 2011 at 2:00pm EST to submit the requested information: Applicable NAICS Code: 332311 Prefabricated Metal Building and Component Manufacturing NOTE: The anticipated solicitation will be issued under NAICS code 332311. Interested vendors are advised to ensure that they have an active registration in the Central Contractor Registration (CCR) indicating the appropriate NAICS code, and have updated their Online Representations and Certifications Application (ORCA) accordingly. IMPORTANT-- Contractors MUST be registered in the Central Contractor Registration (CCR) database to receive Department of Defense (DoD) contract awards and payments. Please visit the following website for additional information and how to register. https://www.bpn.gov/ccr/default.aspx Requested Information: - Name & Address of your Firm. - Point of Contact (name/phone/email). - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region II]. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Statement of Interest. This statement should be a clear, concise narrative that describes the responder's current capabilities, services, and areas of specialty and addresses how the responder can fulfill the project goals and objectives for ISO shipping container-based interim housing. - Relevant Experience. Provide a company background and illustrate relevant expertise. Detail current capabilities and services and submit a portfolio of completed or current projects that relate to ISO shipping container-based housing design in areas such as design, manufacture, installation, project management, transport, site infrastructure, and/or planning and urban design for temporary settlements. Note professional association memberships, industry awards and past or current government projects, and include annual reports or other financial performance data. - Team. Include brief biographies of company principals and potential managers for this project, noting prior disaster response experience, if any. Describe entities that may be partnered with or subcontracted to the responder to implement the proposed vision and define their role. Note prior collaborations with proposed partners. - Information Sheet. Provide a brief firm profile (no more than one page is necessary) that summarizes company history, corporate vision, and current size and range of services. List locations of any additional offices. Include full contact information and note any potential conflict of interest in working with the Federal, State or City Government. Firms will not be excluded from responding to a subsequent Request for Proposal related to this project solely on the basis of information provided in response to this notice or failure to respond to this notice. The requested information should be submitted in electronic format to: matthew.lubiak@usace.army.mil. Contracting Office Address: US Army Corps of Engineers, New York District ATTN: CENAN-CT (Matthew Lubiak) 26 Federal Plaza Room 1843 New York, 10278-0090 Place of Performance: New York City Metro Area United States Primary Point of Contact: Matthew Lubiak Contract Specialist matthew.lubiak@usace.army.mil Phone: 917-790-8089 Fax: (212) 264-3013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-S-0002/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02364145-W 20110123/110121233837-b8e135eb201a957de66b0e935ea48f57 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.