Construct Golf Club House, USMA, West Point, NY
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF TH... THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 236220. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The proposed project is for the Golf Club House at the U.S. Military Academy in West Point, New York. 1. Description of project: Proposed project will include the following This project will construct a 14,000SF Golf Course Clubhouse, consisting of main floor & basement, and supporting facilities, to include civil/site, utility services, landscape, minor architectural, structural, electrical power and lighting, telecommunications, and fire protection. The main floor shall consist of a main entrance with lobby/foyer with gas fireplace, administrative offices and work area, exterior covered patio (for 75 patrons), banquet room (for 150 patrons), snack bar and seating (for 50 patrons), combined kitchen, fire suppression systems throughout the facility, walk-in cooler/freezer, pro-shop retail area, merchandise and program storage, men's and women's restrooms, and receiving/loading area. The basement shall consist of communications and mechanical/electrical rooms and golf club and general storage. Supporting facilities include: transformer and secondary service, water, sewer & gas, parking striped for 100 standard parking spaces and 4 handicapped spaces, walks, curbs & gutters; security/lighting system; communications (phones & computers); alarm system (Monaco); public address system; landscaping; heating and air condition system; site improvements. Provisions for the handicapped (ADA) will be provided. An Environmental Assessment was conducted to determine the extent and required mitigation of any environmental impacts of this project. The magnitude of construction will be between $10 million to $15 million. Award is projected in Jun 2019. Estimated project duration is 698 calendar days. 2. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms (large or small business) should respond to the project if they are interested in performing it. 3. The North American Industry Classification System (NAICS) code is North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction 4. Business Characteristics 1) Please provide the name of your business or joint venture, address, point of contact name, phone, fax number, and email address. 2) Please provide a CAGE Code and DUNS Number for the business. 3) What is your bonding capacity per contract? What is your total bonding capacity? 4) Is your company a small or large business as defined by the SBA? Are you classified as HUB Zone Small Business, SBA certified 8(a) Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business, Small Business, or as a Large Business? Answer the same questions for any planned subcontractors. 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Experience 1) General building construction including management and coordination of a project that requires all major disciplines/trades preferably at a military installation. 2) Construction of a facility on a semi constrained site with a complex curtain wall system and site work. Additionally work on sewer and potable water distribution to the site. 3) Total cost of the project experience is greater than or equal to $11,000,000. Contractor's Comments or Recommendations Please provide, if any. Please note that this notice 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. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following questions. At the end of this survey you will be asked to provide your comments. 5. Please send all responses to: US Army Corps of Engineers New York District ATTN: Ivan V. Damaso 26 Federal Plaza, Room 1843 New York, NY 10278-0090 *****Responses are due no later than 2:00 PM Eastern Standard Time (EST) on 22 March 2019).***** Contracting Office Address: USACE District New York, CENAN-CT 26 Federal Plaza, New York, NY 10278-0090 Please submit completed Survey Questionnaires of no longer than 15 pages by mail or email to: Attn: Ivan V. Damaso, CENAN-CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY 10278 Email: ivan.v.damaso2@usace.army.mil Survey Questionnaires will not be accepted after 4:00 pm on the response date shown in the advertisement on FBO.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Contracting Office Address: Attn: CENAN-CT 26 Federal Plaza New York, NY 10278-0090 United States Primary Point of Contact.: Ivan V. Damaso ivan.v.damaso2@usace.army.mil Phone: 9177908176 Secondary Point of Contact: Nicholas P. Emanuel Nicholas.P.Emanuel@usace.army.mil Phone: 9177908069
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »