SOURCES SOUGHT
Y -- Construction of West Point Central Chiller Plant
- Notice Date
- 12/7/2015
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-16-S-0004
- Archive Date
- 1/5/2016
- Point of Contact
- Lisa M. Assim, Phone: 9177908180, ,
- E-Mail Address
-
lisa.m.assim@usace.army.mil, NYDContracting@usace.army.mil
(lisa.m.assim@usace.army.mil, NYDContracting@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, HUB Zone or Service-Disabled Veteran Owned Small Business or other small business firms have the capability and bonding capacity for the following effort: This project will Construct a Central Chiller Plant in Davis Barracks and install distribution pipe to the nine existing Barracks at West Point. The plant will install the chiller in the mechanical room of the soon to be completed Davis Barracks Building. The Distributions system will serve nine other existing barracks at West Point. The intent of this solicitation is for the contractor to provide a chiller plant that will supply chilled water for air conditioning to nine (9) barracks in the central area. The primary facilities consist of chillers, distribution piping, cooling tower, controls, valves, and other appurtenances associated mechanical equipment. Supporting facilities include civil/site, utility services, landscape, minor architectural, structural, electrical power and lighting, telecommunications, and fire protection 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 $10 - $20 Million. Responses to this sources sought need to provide evidence of the 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 April 2016 with award scheduled in April 2017. Contract duration is estimated at approximately 22 months. The North American Industry Classification System (NAICS) code is 236210. Industrial Building Construction has a size standard of $36.5 million in average annual receipts. Fifteen percent (15%) of the work is to be self-performed. HUBZone small businesses is to self-perform at fifty percent (50%). All interested businesses should notify this office in writing by mail by Monday, 21 December 2015, 2:00pm EST. 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 or Service-Disabled Veteran Owned Small Business. (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 at least seventy-five percent (75%) complete within the last seven (7) years similar in scope, size, complexity & magnitude to the proposed project. The definition of relevant is provided below: a. Completed Date: Is the date the facility was turned over to, or occupied by the owner. b. Experience: Is defined as recent and relevant Construction Experience. c. Scope: Projects shall be considered similar if they contain the installation of large mechanical plants such as steam/electric chiller plants including associated piping servicing a complex of buildings. The size of the plant shall be greater than or equal to 4,000 tons or the equivalent. d. Complexity: Projects shall be considered similar in complexity if they contain large mechanical plants and distributions systems. e. Magnitude: Projects shall be considered greater than or equal to $10,000,000. The Government reserves the right to verify the experience by reviewing the Construction Contractor (or Architect-Engineer) Appraisal Support System (CCASS/ACASS), other DOD or Government appraisal systems or to interview commercial owners or references. The Government may check any or all cited references to verify supplied information. The relevant experience of key personnel proposed for this project will not be evaluated or considered under this factor. (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 statement verifying that 15% of the work will be self-performed including a description of the work that may be self-performed, but not including the cost of materials. HUBZone Small Businesses perform 50% of the work with its own employees or that of another HUBZone. Additionally, a complete list of all permanent employees, name, title, and a brief description of their function (roles and responsibilities) shall be provided. Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843, ATTN: Lisa Assim, 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-16-S-0004/listing.html)
- Place of Performance
- Address: Davis Barracks, West Point, New York, United States
- Record
- SN03963243-W 20151209/151207235221-44df252c8d11d7bcfc1563f1eff836a5 (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 |