Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOURCES SOUGHT

Y -- Bartlett Hall - USMA

Notice Date
11/4/2024 8:59:47 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0002
 
Response Due
11/19/2024 11:00:00 AM
 
Archive Date
12/04/2024
 
Point of Contact
Michael McCue
 
E-Mail Address
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
 
Description
NAICS Code: 236220 for Commercial & Institutional Facilities Contracting Office Address: U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, N.Y. 10278-0090 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 small business firms (e.g. 8(a), HUBZone SB, SDVOSB, WOSB/EDWOSB) having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Request for Proposals (RFP) Best Value Trade Off (BVTO). �The contract will be procured using single Phase design-bid-build selection procedures. Project magnitude is between $10 million and $25 million. SCOPE OF WORK: Bartlett Hall is a 4-story university building at the United States Military Academy.� Originally constructed in 1913 with additions in 1936, 1953, and 1962; Bartlett Hall underwent an extensive renovation between 2009-2011.� Today�s proposed project includes three parts: Repair to the exterior courtyard wall, Replacement of portions of the roof, and an Interior renovation project on the 4th Floor. The design will be 100% complete in 3 packages to address each part of the project.� Courtyard Wall:� Repair the damaged brick and limestone components, help to alleviate the movement forces identified with control and relief joints, and minimize moisture intrusion into the wall assembly through: reconstructing each of the (6) the brick pilasters (including the brick back-up); repairing oversailing parapet; performing roof and parapet coping repairs; replacing existing replacement-brick and damaged/cracked-bricks; repointing portions of bricks walls; extending flashing and providing drip below limestone water table; removing and replacing the course of brick below limestone to install flashing extension and drip; providing sealant and weeps; removing and re-sealing at window perimeters to limestone surrounds and replacing sealants at limestone surrounds to brick with mortar; providing vertical control joint at outside corner of west wall return; repairing Limestone Lintels above windows; and repairing and cleaning brick and limestone. Roof:� Replace the roof assemblies in their entirety down to the existing roof deck.� Provide adhered 5� polyisocyanurate insulation, tapered insulation to achieve �� per foot slopes, adhered 5/8� cover board, and 3 Ply-SBS modified bitumen roof assembly to achieve an average R-value of 30.� Coat existing SBS modified bitumen roof assemblies and repairs areas with an elastomeric coating. Replace pavers with pedestal paver systems. Provide tapered crickets as required to create positive drainage to roof drains.� Provide fall protection around existing roof hatches; provide fall arrest, fall restraint systems where necessary.� Provide walkway pads from at ladders, doors, stairs and roof hatches to equipment including exhausts. Coordinate and install roof terminations in conjunction with coping stone re-setting work.� Repair section of Yankee/ Box roof gutter in accordance with SMACNA standards. Remove and replace metal buttress enclosures. Divert masonry knee-wall and coping weeping to the exterior of metal enclosures. Provide plumbing vent extensions as needed to achieve 18� minimum vertical height above proposed roof elevations at roof replacements. Electrical circuit to units indicated for salvaging will be disconnected and protected during construction. Re-connect circuit upon reinstallation of units. Salvage existing condensers for re-install. Salvage & re-install existing antennae and other roof top equipment as needed to perform roof replacements and repairs. Reinstall exhausts; provide new properly sized roof curbs at exhaust fans as needed. Reinstall metal trims and flashings at transitions. Reinstall existing condensers on new curbs/ platforms as needed. Provide supports and re-install roof top conduits and equipment. Provide hinged mesh screen guards/ covers at open gutter systems (except at yankee gutter where there are existing dome strainers at inlets). Establish and document contractor staging areas. Salvage existing roof drain clamping rings for reinstall. Salvage, modify and reinstall existing stairs and ladders as needed to accommodate roof replacements. Interior Renovation: The academic office wing is organized in a �racetrack� style, with individual offices around the perimeter and shared offices, conference rooms, and collaboration spaces in the center. A sizeable classroom, currently serving the archives, will be re-imagined as a large collaboration space and conference room for a new academic department. �Wall Systems will be Metal-stud partitions run from floor to deck, with sound batt insulation and additional layers of gypsum wall board as required for acoustic separation. The Interior Design Scheme Finishes include Forbo Flotex carpet alternative in collaboration spaces and conference rooms, resilient flooring in offices and hallways, and tile in toilet rooms.� Walls will be Painted gypsum wall board partitions.� Ceilings will be Acoustic Panel Ceilings (2x2 and 2x4) and gypsum wall board.� The Renovation will include electrical lighting and outlets, telecom, plumbing, fire alarm, and mechanical systems. Responses to this Sources Sought will be used by the Government for market analysis only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set-aside or full and open competition. This project is planned for advertisement in May 2025 and award in September 2025.� If qualified firms do not respond to this Sources Sought Notice, the project may be acquired under full and open competition. Contract duration is estimated at approximately 200 calendar days. �The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. � All interested businesses should notify this office in writing by mail or e-mail and provide a response to the questions below: Prior Construction/Renovation Performance � Submit a brief description of two (2) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (Renovating Commercial Facilities with MEP, Roofing, and Stone Masonry): Repair to the exterior courtyard wall, Replacement of portions of the roof, and an Interior renovation project on the 4th Floor impacting plumbing sanitary and potable water at latrines and break areas, electrical lighting and outlets, telecom, and HVAC systems. Please state whether the company is a certified Small Business (SB), such as an 8(a) SB, HUBZone SB, Service Disabled Veteran-Owned SB (SDVOSB), or Women-Owned/Economically Disadvantaged Women-Owned SB (WOSB/EDWOSB), for NAICS Code 236220. Provide CAGE Code and DUNS Number. The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above (indicate contract bonding capability and socio-economic status, e.g., SB, 8(a), HUBZone SB, SDVOSB, or WOSB/EDWOSB). All interested businesses should submit their responses in writing by e-mail to the following: Michael McCue, Contract Specialist E-MAIL: Michael.L.Mccue@usace.army.mil 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. Point of Contact Michael McCue, Contract Specialist CENAN-CT, Rm. 16-300 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 TEL: (816) 389-2244 E-MAIL: Michael.L.Mccue@usace.army.mil Place of Performance United States Military Academy at West Point, New York.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ec0c89dc4e64d4f9815f2c48fd1a6fa/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07256662-F 20241106/241104230106 (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 |
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.