Similar Projects
Florence Columbus Road Warehouse
New Construction, Infrastructure - 1,000,000 SF
Conception
$40,000,000 CJ est. value
Fieldsboro, NJ 08505

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

Last Updated 11/30/2022 11:34 PM
Project Title

JB MDL 8-Bed Level 1 Confinement Facility

Physical Address View project details and contacts
City, State (County) Joint Base Mdl, NJ 08641   (Burlington County)
Category(s) Commercial, Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Communication Building, Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Results, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $6,251,078 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
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. Task Order: W912DS21F0109 Project No. 138107 GS-21F-0057V The purpose of this amendment is to: -- Make some changes to the Specifications -- Provide the Government's updated responses to contractors' previous RFIs (FOR INFORMATION ONLY) -- Edit CLIN 0012 and reissue the entire Bid Schedule and Notes -- Extend the bid opening date to 17 November 2022 at 2:00pm EST 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. 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

1 Story Above Grade, 4,607 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, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Entrances, 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 11 - Equipment, Audio-Visual Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Rugs and Mats, Office Furniture, Seating, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
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, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone Cabling, Data Communications, Voice Communications, Audio-Video 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, Fences and Gates, Planting Irrigation, Planting, 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, Electrical Utilities, Communications 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