New Jersey Bids > Bid Detail

8-Bed Level 1 Confinement Facility, Joint Base-MDL (McGuire AFB), New Jersey

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159571078669898
Posted Date: Oct 7, 2022
Due Date: Oct 27, 2022
Solicitation No: W912DS22B0021
Source: https://sam.gov/opp/dd72d62671...
Follow
8-Bed Level 1 Confinement Facility, Joint Base-MDL (McGuire AFB), New Jersey
Active
Contract Opportunity
Notice ID
W912DS22B0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 07, 2022 11:16 am EDT
  • Original Published Date: Jun 30, 2022 01:12 pm EDT
  • Updated Response Date: Oct 27, 2022 02:00 pm EDT
  • Original Response Date: Aug 18, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Joint Base MDL , NJ
    USA
Description

The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) solicitation package seeking to award a firm-fixed price construction contract for a new “8-Bed Level I Confinement Facility”. The project is located at McGuire Air Force Base in Wrightstown, New Jersey.



The project is for the construction of a 4,607 SF single story, 8-cell facility to house pre-trial detainees. Construction is to be a masonry cavity wall with a standing seam metal roof to include security fencing, lighting, a secured outdoor recreation area, site work, and a parking lot. A generator hook-up shall be included. The facility itself will have an administrative area, visitation room, a training room, a waiting room, a day room, and all building utilities, communications, electrical, mechanical, and fire protection systems.



This project solicitation for construction will be restricted to a Small Business set-aside Invitation for Bids, sealed bidding method. It is anticipated that the IFB will be issued on or about the middle of July 2022 and the bids will be due about 30 days later after the advertising date. The period of performance for this project is 540 calendar days from the Notice to Proceed (NTP) date. The specifications will be posted electronically via the Contract Opportunities web page on the sam.gov web site PLEASE NOTE: www.fbo.gov IS NOW sam.gov. The applicable North American Industry Classification System (NAICS) code is 236220 - Commercial & Institutional Facilities. The small business size standard for this code is $39,500,000. The magnitude of this construction is estimated to cost between $5,000,000 and $10,000,000. The specifications will be posted electronically via the SAM website at sam.gov.



Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. PLEASE NOTE NEW ROOM NUMBER: 16-300. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at sam.gov, in order to safeguard acquisition related information for all federal agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities web page on sam.gov.



The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 require the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil.



Point of Contact is Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: ivan.d.damaso@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >