Skip to main content

An official website of the United States government

You have 2 new alerts

Camp Buckner Revitalization

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: Sources Sought (Updated)
  • Updated Published Date: Oct 17, 2023 04:13 pm EDT
  • Original Published Date: Oct 17, 2023 04:08 pm EDT
  • Updated Response Date: Nov 01, 2023 02:00 pm EDT
  • Original Response Date: Nov 01, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 16, 2023
  • Original Inactive Date: Nov 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    West Point , NY 10996
    USA

Description

U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, N.Y. 10278-0090

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 small business firms (e.g. 8(a), HUBZone SB, SDVOSB, WOSB/EDWOSB) having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Request for Proposals (RFP) Best Value Trade Off (BVTO).  The contract will be procured using the two-Phase design/build selection procedures. Project magnitude is between $10 million and $25 million.

SCOPE OF WORK: Camp Buckner was constructed in various stages since its earliest beginnings during World War II in 1943 with subsequent additions and expansions from the 1950s through the 1980s. The goal of this project is to repair selected existing Camp Buckner facilities and sites to address immediate or persistent structural integrity, building envelope, life, health, and safety concerns.

Ten buildings have been selected for the third phase of this revitalization. Selective improvements will introduce new systems, such as air conditioning and vapor barriers, into the existing facilities and will reconfigure the existing facilities to eliminate the root cause of long-term deleterious effects.

Fire Suppression, Fire Alarm, and mass notification systems will all be modernized, and HVAC and broadband internet will be installed in each barracks.

All plumbing systems will be repaired/adapted as required, with all new plumbing fixtures. All hazardous materials within the buildings, including mold, mildew, lead (Pb), and asbestos, will be completely abated. Interior and Exterior Lighting will be improved. Utility service lines and infrastructure will be repaired and upgraded as necessary.

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 December 2023 and award in March 2024.  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 480 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/Renovation Performance – Submit a brief description of two (2) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (similar soldier barracks, training barracks, or FEMA encampments): the Construction/Renovation of a multi-story building or a complex of buildings that are 2,500 square foot, wood beam or metal structure, truss, graduated metal or shingle roof and column frame facility with concrete foundations, latrines, waste water, potable water, and HVAC systems.
  2. Please state whether the company is a certified Small Business (SB), such as an 8(a) SB, HUBZone SB, Service Disabled Veteran-Owned SB (SDVOSB), or Women-Owned/Economically Disadvantaged Women-Owned SB (WOSB/EDWOSB), for NAICS Code 236220.
  3. Provide CAGE Code and UIE  Number.
  4. 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 (indicate contract bonding capability and socio-economic status, e.g., SB, 8(a), HUBZone SB, SDVOSB, or WOSB/EDWOSB).

All interested businesses should submit their responses in writing by e-mail to the following:

Michael McCue, Contract Specialist

E-MAIL: Michael.L.Mccue@usace.army.mil

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.

Point of Contact

Michael McCue, Contract Specialist
CENAN-CT, Rm. 16-300
US Army Corps of Engineers, NY District, 26 Federal Plaza
New York, NY, 10278

TEL: (816) 389-2244

E-MAIL: Michael.L.Mccue@usace.army.mil

Place of Performance

United States Military Academy at West Point, New York.

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