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

Repave Basketball Court
Infrastructure
Design
$80,000 CJ est. value
Bernards, NJ 07939

Spinal Cord Injury Unit
Renovation
Bidding
$10,000,000 CJ est. value
East Orange, NJ 07018

RFP D/B - Geothermal Heat Pump
Renovation
Bidding
$1,500,000 CJ est. value
Woodstown, NJ 08098

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

JB MDL 8-Bed Level 1 Confinement Facility
New Construction, Infrastructure - 4,607 SF
Results
$6,251,078 CJ est. value
Joint Base Mdl, NJ 08641

Remediation of Soil and Groundwater
Term Contract, Infrastructure
Results
$377,450 CJ est. value
Trenton, NJ 08638

General Construction Services for the B-1, F-13 Roof Replacement
Renovation - 5,500 SF
Design
$500,000 CJ est. value
East Orange, NJ 07018

RFQ - Picatinny Facility Construction and Repair Multiple Award Task Order Contract (MATOC)
Term Contract
Bidding
Picatinny Ars, NJ 07806

RFQ Design - SDVOSB Set-Aside for AE Services - Replace HVAC Dental Building 6 at VA NJ HCS Lyons Campus
Renovation
Post-Bid
$5,000,000 CJ est. value
Bernards, NJ 07939

Construction of CST Ready Building
New Construction, Infrastructure
Results
$6,172,000 CJ est. value
Lakehurst, NJ 08759

RFP D/B - Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406
Renovation - 39,770 SF
Design
$25,000,000 CJ est. value
Joint Base Mdl, NJ 08641

RFQ - FY24 Maintenance and Repair
Term Contract
Bidding
Freehold, NJ 07728

Consolidate Diagnostic Cancer Center
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
East Orange, NJ 07018

Last Updated 12/15/2023 01:31 AM
Project Title

RFQ Design - Project Manager - Maneuver Ammunition Systems (PM-MAS) Building Design

Physical Address View project details and contacts
City, State (County) Wharton, NJ 07885   (Morris County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected December 2024
Bids Due View project details and contacts
Estimated Value $15,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Purpose - The Project Manager, Maneuver Ammunition Systems (PM-MAS), located at Picatinny Arsenal, NJ is issuing this sources sought synopsis as a means of conducting market research to identify contractors capable of strategy development, design, messaging, and branding services for PM-MAS buildings (354 and 319 at Picatinny Arsenal, NJ). Specifications - PM-MAS has a requirement for the contractor to create specific baseline designs promoting the PM-MAS strategic vision. The contractor will be responsible for all fabrication and installation of PM-MAS branded materials and equipment in the lobby entrance foyer, main hallway, two side entrances, and three conference rooms in Building 354 and potentially other focus areas in Building 319. The Contractor shall provide strategy development, design, messaging, branding services, fabrication, and installation and support of branded materials in support of the areas specified. Additionally, the Contractor will be responsible for replacing flooring, installing molding/lighting, painting, acquiring and assembling furniture, etc. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). The contractor shall be categorized under one of the following NAICS codes: 541420 - Industrial Design Services 238390 - Other Building Finishing Contractors 561790 - Other Services to Buildings and Dwellings Planned Acquisition - The estimated period of performance consists of a base performance period of one year, and two option performance periods of one year each with performance commencing in FY24. . The contract type is anticipated to be a Time and Materials contract. The Government is contemplating pursuing this acquisition as a Women Owned Small Business Set Aside. Submission Information - THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. All responsible interested sources should submit their capabilities/qualification data. Information should be submitted via electronic mail only, no later than 10 days from the date of this notice. All responses should be submitted to Contract Specialist, Joseph Valmores, via e-mail, joseph.valmores.civ@army.mil. Interested companies should respond by providing the Government the following information: (1) Name of company and CAGE Code; (2) Point of Contacts name, telephone number and E-mail address; (3) Company address; (4) Business size information; (5) Examples of similar work previously completed in support of a similar requirement. This may include a capabilities statement, a brochure of historical similar work, etc. (6) A brief summary of the company's capabilities (to include organization, description of facilities, equipment, design process, installation capability, skills, personnel); (7) Capability in designing creative and innovative wall-art for large areas; (8) A brief summary of possible partnering/teaming arrangements; (9) Description of facilities/equipment focused on the technical skills the company possesses to ensure capability to perform the effort; (10) Estimated timeline for delivering the designs, installation, and completion of the effort; (11) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. Please identify any proprietary information submitted. A respondent to this survey must have the majority of the skills and facilities that are required to complete this effort. If a respondent does not have these resources (technical, personnel, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet the same resource criteria as the prime contractor. This is a market survey, not a pre-solicitation notice. If a formal solicitation is generated at a later date a solicitation notice will be published. All information is to be submitted at no cost or obligation to the Government. The Method of Contractor Selection has not been determined at this Time.

Details

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, 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, Water Utilities, 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