SOLICITATION NOTICE
Y -- Joint Computer-Aided System Integration Laboratory Environment, Picatinny Arsenal NJ
- Notice Date
- 11/30/2020 11:13:54 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- New York New York NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS21B0001
- Response Due
- 12/16/2020 11:00:00 AM
- Archive Date
- 01/20/2021
- Point of Contact
- Mohenda R. Surage, Phone: 9177908088, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
mohenda.r.surage@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(mohenda.r.surage@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a firm fixed-price, construction contract award through an Invitation for Bid (IFB) solicitation process. The project is restricted to Small Business firms. The project description is as follows: Construct a 15,026 SF facility which will feature three highly reconfigurable collaborative laboratories (colaboratories) that are essential to support integrated teams efforts to rapidly develop, complex concepts and analyze them in a virtual (M&S), classified and unclassified, environment. These three laboratories consists of 1) Secure collaboration laboratory for high-priority program development, 2) Secure virtual integration and simulation laboratory, 3)Reconfigurable open laboratory for large-scale integration. Supporting facilities include utilities, storm drainage, and site improvements. The project will be designed in accordance with the criteria prescribed in Unified Facilities Criteria UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, barrier-free design in accordance with DoD, ""ABA (Architectural Barriers Act) Accessibility Standard"" and DEPSECDEF Memorandum ""Access for People with Disabilities"" dated 10/31/2008, Evidence Based Design principles, MHS World Class Checklist Requirements (version 2.0, 2011), Executive Order 13693, DoD Strategic Sustainability Performance Plan (SSPP), the Energy Policy Act of 2005(EPAct05), Executive Order, Energy Independence and Security Act of 2007and other applicable codes and regulations. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. It is anticipated that the IFB will be issued on or about 24DEC2020 and the proposals will be due about 30 days later. The project plans & specifications will be posted electronically and any and all amendments shall be likewise posted. Hard copies will not be available.�� It is the contractor's responsibility to monitor the web-site for any amendments. Offerors are required to be registered in the System of Award Management (www.SAM.gov). The project will be awarded to the Offeror whose offer is the lowest-responsible-bid to the Government. � ����� The period of performance for this project is approximately 540 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the beta SAM website. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction.�� The anticipated Magnitude of Construction is between $4,000,000.00 and $7,000,000.00. ������ Offers will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Floor 17, �26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email, fax, or mail to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the website. All vendors who want access to the solicitation must be registered with System of Award agement (www.SAM.gov). Direct all contracting questions to the Contract Specialist, Mr. Mohenda Surage by e-mail to Mohenda.R.Surage@usace.army.mil .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/534a0493d0544657985d349c91d78134/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ, USA
- Country: USA
- Country: USA
- Record
- SN05862304-F 20201202/201130230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |