Sources Sought Market Survey for Construction of CEAC/Parking Structure, West Point, New York
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 firms serviced by SBA New Jersey, ... 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 firms serviced by SBA New Jersey, New York, and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Request For Proposal, Best Value Trade-Off (RFP-BVTO). The project cost is between $100 million to $250 million. This is a Design-Bid-Build project. SCOPE OF WORK: The existing facilities at West Point for engineering students no longer meet the needs of the competitive world class program. Built over 50 years ago, the current accommodations are outdated, compartmentalized and inefficient due to the limitations of fitting in necessary programs into existing spaces. The United States Army Garrison (USAG) at West Point (WP), New York, has proposed the development of a modern computer and engineering sciences academic building on the campus of the United States Military Academy (USMA) at West Point. The new academic building, known as the Cyber and Engineering Academic Center (CEAC) fulfills the need for a state-of-the-art collaborative science and engineering learning space enabling USMA Cadets to experiment and develop new and emerging technologies that will enable the United States Military to remain at the technological forefront of new battlefields, both physical and digital. This facility will attract and train future generations of engineering officers for the United States Military. There are three (3) academic engineering departments which CEAC is programmed for. These departments are: Civil and Mechanical Engineering (CME), Electrical Engineering and Computer Science (EECS), and Systems Engineering (SE). At four floors and a total of 136,000 SF, the CEAC facility will provide innovative spaces for the noted academic departments. The building will be located west of Mahan Hall and south of Building 606 along Thayer Walk, the main pedestrian access way of the Central Area. It is an ideal location on campus, adjacent to other cadet facilities, such as academic buildings and barracks. This project also includes a Parking Structure for a maximum of 450 parking stalls as identified on the DD1391. The Parking Structure is an underground facility, beneath CEAC, and will be restricted to authorized personnel only. New hardscape and landscaping is proposed to integrate CEAC with the existing academic buildings and barracks located within the Central Zone at USMA. The project also includes a pedestrian bridge connecting CEAC to Mahan and will span over Thayer Road/Walk. The primary purpose is to facilitate flow of cadets, faculty, staff and equipment and encourage collaboration and sharing between these buildings. It will be a fully enclosed bridge with an exterior rooftop walkway to allow for the connection on multiple levels. The bridge is in a location of exceptional visual impact on the Central Post Area of the historic campus and will significantly emphasize the gateway to Central Area. This project also includes a Signature Meeting Space and Colloquium / Collaboration Space to be located on the fourth level of CEAC and will include high tech audio/visual capabilities. The spaces are intended to allow for a multitude of functions including: presentations, meetings with dignitaries, colloquia and conferences, group capstone integration meetings, in-briefs and out-briefs with external organizations, and Cadet project presentations. These spaces will also improve recruiting of prospective Cadets and will highlight West Point's position as a first-tier academic and leader development institution. The project include a substantial amount of rock removal (300,000 Cubic Yards of Granite) to level the site. The rock removal is considered a significant aspect of the project requiring careful blasting and vibration limitations on neighboring structures. 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 August 2019 and award on or about 15 January 2020. 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 1460 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: (1) Prior Construction Performance - Submit a brief description two of (2) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (similar educational laboratory, hospital, or high end technical fabrication facility): the construction of a 100,000 square foot, structural steel, truss and column frame facility with concrete foundations and concrete foundation walls and a large HVAC system. Submit a brief description one of (1) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (parking structure): the construction of a 400 space parking structure. Submit a brief description one of (1) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (large scale rock excavation): the excavation of 50,000 cubic yards of rock with neighboring structures. (2) Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the physical work and indicate the type of work to be self-performed by the Prime Contractor. (3) Provide identification and verification of the company as an SBA certified firm by SBA New Jersey, PA or New York district offices, HUB Zone, Service-Disabled Veteran Owned Small Business, or Small Business for NAICS Code 236220. (4) Provide CAGE Code and DUNS Number. (5) 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. All interested businesses should submit their responses in writing by either mail or e-mail to the following: E-MAIL: monica.c.chahary@usace.army.mil AND E-MAIL: nicholas.p.emanuel@usace.army.mil OR US Army Corps of Engineers, NY District ATTN: Nicholas Emanuel, Contracting Division 26 Federal Plaza, Rm. 1843 New York, NY, 10278 Submission by Fax is NOT permitted. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »