SOURCES SOUGHT
Y -- Explosive Research & Development Loading Facility Construction at Picatinny Arsenal, NJ
- Notice Date
- 2/25/2015
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-15-S-0005
- Response Due
- 3/12/2015
- Archive Date
- 4/26/2015
- Point of Contact
- Lisa Assim, 917-790-8180
- E-Mail Address
-
USACE District, New York
(lisa.m.assim@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 or Pennsylvania district offices and with an SBA approved office for competitive 8(a) construction in New Jersey, HUB Zone small business or Service-Disabled Veteran Owned Small Business or other small business firms having the capability and bonding capacity for the following effort: Finalize construction of a partially (50%) constructed modern, functionally configured Explosive Research and Development Loading Facility. Existing mission operations will be collocated within the facility to efficiently and effectively provide necessary mission requirements at Picatinny Arsenal. The original construction contract was terminated 5 years ago. This effort will include extensive evaluation of existing construction, correction of deficiencies and completing the construction. Construction will include reinforced concrete, floor slabs, walls, structural steel high-bay framing, and architecturally pleasing exterior in accordance with Installation Design Guide, sustainable design requirements, engineering work space, mechanical, electrical, telecommunications, fire protection systems, explosive storage facilities and site improvements. Anti-Terrorism Force Protection security in accordance with Department of Defense construction standards as well as Department of Army Pamphlet 385-64 will be associated with this project. 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). The estimated Construction Cost Range for this project is $5,000,000 to $10,000,000. Responses to this sources sought needs to provide evidence of the 5 factors listed in paragraph (3) below about which 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 2015 with award scheduled in Oct 2015. Contract duration is estimated at approximately 365 calendar days. The North American Industry Classification System (NAICS) code is 236210. Industrial Building Construction has a Small Business size standard of $36.5 million in average annual receipts. All interested businesses should notify this office in writing by mail or fax by 12 Mar 2015, 02:00pm Eastern Standard 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, or Pennsylvania district offices, HUB Zone, Service-Disabled Veteran Owned Small Business or other small business category. (2) A CAGE Code and DUNS Number. (3) Indication of relevant past experience through the description of two (2) but no more than five (5) projects within the last seven (7) years similar in scope, size, complexity & magnitude to the proposed project. At least one example experience must be an example of completing a partially finished construction contract started by another firm. The definition of relevant past experience is provided below: a.Completed Projects are defined as the date the facility was turned over to or occupied by the owner. b.Experience is defined as recent and relevant Design-Build and/or Design-Bid-Build Construction Experience. c. Scope is defined as the construction facility or complex of at least 8,000 square feet, planned and engineered for commercial or industrial use. d. Complexity is defined as the management and coordination of multi-disciplined construction teams to complete projects that include the majority of the following types of work: reinforced concrete, structural steel, mechanical systems, electrical systems, site work and paving. e. Magnitude is defined as the construction of a facility with a contract value of at least $5M. (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 complete list of all permanent employees by name, title, and a brief description of their function (roles and responsibilities). Interested contractor should list the percentage and type of work that they will self perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertains to specific Set-asides. FAR 52.219-14 pertains to Small Business and 8(a) Set-asides. If the acquisition is 100% set-aside for all Small Businesses or the 8(a) Program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. FAR 52.219-3 pertains to HUBZone small business Set-asides. If the acquisition is set-aside for HUBZone Small Businesses, at least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; and at least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone Prime Contractor's employees or on a combination of the HUBZone Prime Contractor's employees and employees of HUBZone Small Business concern Subcontractors; and no more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone Small business concerns FAR 52.219-27 pertains to Service Disabled Veteran Owned Small Business (SDVOSB) set-asides. If the acquisition is set-aside for SDVOSB, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other Service-Disabled Veteran Owned Small Business concerns. A joint venture may be considered a Service-Disabled Veteran Owned Small Business concern if at least one member of the joint venture is a Service-Disabled Veteran-Owned Small Business concern, and makes the following representations: That it is a Service-Disabled Veteran Owned Small Business concern, and that it is a Small Business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; and each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. The joint venture meets the requirements of 13 CFR 125.15(b) Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843, ATTN: Mr. Mohenda Surage New York, NY, 10278-0090 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-15-S-0005/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03651429-W 20150227/150225234523-83eef9ae370d766a58a86ae3ae8f41af (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 |