Similar Projects
Installation Wide Maintenance and Repair Construction Services
Renovation
Design
Trenton, NJ 08641

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Construction Of ADA Compliant Ramps
Post-Bid
$750,000 est. value
Trenton, NJ

Gravesite Expansion and Site Improvements Section Z, Phase II at Brigadier General William C. Doyle Veterans Memorial Cemetery
Addition, Demolition, Infrastructure
Post-Bid
$3,800,000 CJ est. value
Wrightstown, NJ 08562

Sidewalk, Curb and Driveway Apron Restoration for the Townships
Results
Trenton, NJ

Conrow Road Roadway Improvements
Results
Delran, NJ 08075

Removal of Underground Fuel Tanks and Surface Fueling Equipment
Infrastructure
Construction
$150,000 CJ est. value
Cinnaminson, NJ 08077

Sammy's Express Car Wash
New Construction, Infrastructure
Pending Verification
$500,000 CJ est. value
Mount Laurel, NJ 08054

NJ Transit Raritan River Bridge, GC-02
Demolition, New Construction, Infrastructure
Pending Verification
$143,924 CJ est. value
Newark, NJ 07102

2020 Roadway Improvement Program
Infrastructure
Post-Bid
Delran, NJ 08075

Pipe, Ductile Iron
Term Contract
Results
NJ

Small Cities CDBG Barrier Removal
Infrastructure
Post-Bid
Riverside, NJ

2021 Road Improvement Program
Infrastructure
Results
$708,034 est. value
Medford Lakes, NJ

T0278 - Concrete Curb, Sidewalk and Gutter Construction - NJDOT
Infrastructure
Post-Bid

Last Updated 12/19/2022 11:03 AM
Project Title

RFQ Contractor - Construction Services Classroom Facilities

Physical Address View project details and contacts
City, State (County) Joint Base Mdl, NJ 08641   (Burlington County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of June 14, 2022, information regarding award and award date has not been disclosed. A firm timeline for construction has not been disclosed. *The closed solicitation has been included below for reference: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, Small Disadvantaged Business/8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. Project Location: JBMDL, NJ. Project Description: This project is a design/bid/build project to construct new Vertical Skills (Material Handling) and General Instruction Classroom facilities at 9500 SF. Building will be of semi-permanent construction with concrete floor slabs; pre-engineered steel panels; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include repairs to paving and fencing, and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 25 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 570 calendar days. The estimated cost limit is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, December 13, 2021 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company's small business status. Contractor's Unique Entity Identifier (UEI)) and CAGE Code(s). Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Description of Experience - Provide descriptions your firm's past experience on three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. a. Projects similar in Scope to this project included: new construction buildings to include but are not limited to: Armed Forces Reserve Centers, Military Headquarters buildings, Educational facilities, Vehicle Maintenance shops, and Office buildings. Renovation projects are NOT considered similar scope. b. Projects similar in size to this project include: building(s) having a combined square footage of at least 5,000 SF. c. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Projects that are substantial completion (95% complete) can be submitted if it meets the criteria. Size of the project Scope of the project The dollar value of the construction contract and whether the project was design build or design/bid/build. Type and percentage of the contract cost, excluding cost of materials, that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Identify the number of subcontractors by construction trade utilized for each project. Documentation from firm's bonding company showing current single and aggregate performance and payment bond limits. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Jordan Lowe at Jordan.T.Lowe@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

9,500 SF.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents