Skip to main content

An official website of the United States government

You have 2 new alerts

Watervliet Arsenal (WVA) Gillespie Gate Access Control Point (ACP)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 05, 2022 09:16 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 09, 2022
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Watervliet , NY 12189
    USA

Description

The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a firm-fixed price, construction award through an Invitation for Bid (IFB) solicitation process, for the construction of an Access Control Point at the Watervliet Arsenal (WVA) in Watervliet, N.Y. The project is restricted to Small Business Firms.

This project will construct a new commercial ACP in conformance with the Army Standard (AS) for Access Control Points (ACP) and standard design. Structures to be constructed include: Combined Gate House and Search Area Building, Guard Booths, Overwatch, Truck Search Canopy and POV Search Canopy. Other items to be constructed include: active vehicle barriers, entry gates, traffic arms, crash beams, traffic signals, anti-ram wall, passive vehicle barriers, wrong way detection, roads and pavements, standby generator, uninterrupted power system and automatic transfer switch. Existing buildings and structures will be demolished.

The elements of work that will be required are Earthwork, Structures, Water Utility Distribution Exterior and Interior Piping, Sewer and Stormwater lines, Thermal and Moisture Protections, Finishes, Electrical Distribution, Lighting Interior and Exterior, Fire Detection and Alarm System, Demolition and Existing Hazardous Building Materials Remediation (asbestos, lead base paint, etc.), Asphalt and Concrete Paving, Site Clearing and Grading, Landscape Planting, and Building Information Systems.

This solicitation will be acquired as a Small Business Set-Aside. The period of performance for this project is 540 calendar days from the Notice to Proceed date.   It is anticipated that the solicitation will be posted electronically via the beta SAM website on or about 30 June 2022 and the proposals will be due approximately 30 days later. Any and all amendments shall be likewise posted. Hard copies will not be available.   It is the contractor's responsibility to monitor the beta SAM web-site for any amendments. All vendors and bidders are required to be registered in the Central Contractor Registry (see www.ccr.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 $10,000,000.00 and $20,000,000.00.  

Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room  16- 300, ATT: Nicholas Emanuel, Contracting Officer, 26 Federal Plaza, New York, NY 10278-0090.  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 https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://beta.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 website at https://beta.sam.gov/.

Direct all contracting questions to Contract Specialist, Mr. Orlando Nieves by e-mail to orlando.nieves@usace.army.mil

Contact Information

Primary Point of Contact

Secondary Point of Contact

History