Explosive Ordnance Disposal Technical Facility, Picatinny Arsenal, New Jersey

expired opportunity(Expired)
From: Federal Government(Federal)
W912DS19R0021

Basic Details

started - 28 Aug, 2019 (about 4 years ago)

Start Date

28 Aug, 2019 (about 4 years ago)
due - 05 Sep, 2019 (about 4 years ago)

Due Date

05 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912DS19R0021

Identifier

W912DS19R0021
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708398)DEPT OF THE ARMY (133020)USACE (38085)NAD (5835)W2SD ENDIST NEW YORK (592)

Attachments (46)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Jul 05, 2019 10:01 amModified:Aug 26, 2019 10:36 amTrack Changes 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 through the one-step Request for Proposal, Low Price Technically Acceptable solicitation process for the following scope of work: Construction of an Explosive Ordnance Technical facility comprised of a munitions disassembly structure (9,384 sf), field operations, maintenance/experimentation structure (12,816 sf), five (5) earth covered magazines and a storage shed. Interior facilities program will include a weapons firing tunnel with bullet catch system; high explosive material handling observation rooms; command and control room; and weapon and fuse disassembly area. The scope includes lightning protection, mass notification, information systems, fire protection and alarm systems (including ultra-high speed deluge system), Electronic Security System (ESS)
installation, duress alarm, Closed Circuit Television (CCTV) installation, and Energy Monitoring and Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, fencing, gates, storm drainage, information systems, landscaping and signage. Existing building demolition requires mold, asbestos and lead paint abatement.Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Construction will comply with EPAct 2005, EISA 2007, Executive Orders (EO) 13423 and 13514, and other current policies and directives on energy and water conservation. This project will achieve GBCI level certification at the LEED-NC/MR silver level and will follow the guidance detailed in the Sustainable Design and Development Policy.This project will be solicited via the Lowest-Price, Technically-Acceptable (LPTA) method in accordance with FAR Part 15.101-2. It is anticipated that the RFP will be issued on or about 15 July 2019 and the proposals will be due about 40 days later. This project will be advertised as "unrestricted" and a sub-contracting plan will be required. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Offerors are required to be registered in the Central Contractor Registry (see www.ccr.gov). Award will be made to the lowest responsible bidder.The evaluation criteria will be as follows: Factor 1- Relevant Past Experience of the Offeror Team; Factor 2 - Past Performance of Offeror's team; Factor 3- Qualifications of the Offeror's Team. The project will be awarded to the Offeror deemed technically acceptable and whose offer is the lowest price.The period of performance for this project is approximately 730 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction. The magnitude of this construction is estimated to cost between $25,000,000 and $100,000,000.This project will be advertised as "unrestricted" and a sub-contracting plan will be required. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Offerors are required to be registered in the Central Contractor Registry (see www.ccr.gov). Award will be made to the lowest responsible offeror.Offers will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 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 known as FedBizOpps (www.fbo.gov) once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered with System of Award Mangement (SAM) www.SAM.gov and FedBizOpps. The system called FedBizOpps has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all federal agencies. Business opportunities can be located in FedBizOpps www.fbo.gov. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in the SAM database prior to award. Lack of registration in SAM will make and offeror ineligible to download the solicitation for award. Information on SAM registration is available at System of Award Mangement www.SAM.gov.Direct all contracting questions to the Contract Specialist, Mr. Mohenda Surage, by fax(917) 790-8088, or by phone (917) 790-XXXX, or by e-mail at mohenda.r.surage@usace.army.mil .

Picatinny Arsenal, New Jersey United StatesLocation

Place Of Performance : N/A

Country : United States

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS