Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

Y -- Renovate the 6th floor of building 137C, Fort Hamilton, Brooklyn, New York.

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Hamilton, Directorate of Contracting, 111 Battery Avenue, Room 115, Brooklyn, NY 11252-5000
 
ZIP Code
11252-5000
 
Solicitation Number
DABJ21-03-B-0005
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
KIM SHARPLESS, 718-630-4795
 
E-Mail Address
Email your questions to ACA, Fort Hamilton
(sharplessk@hamilton.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combination synopsis/solicitation for renovation service prepared in accordance with FAR 14.2. This announcement constitutes the only solicitation. Solicitation Number DABJ21-03-B-0005 applies and is used as a Request for Quotation. The Fort Ha milton Military Community is seeking source to provide all labor, equipment, tools, materials, supervision and other items to complete the following: the Contractor will perform demolition, build partitions, install doors, and perform all other work in ac cordance with the supplied diagrams and catalog cuts, to renovate the 6th floor of Building 137C, Fort Hamilton, Brooklyn, New York. Point of contact and COR is Robert Downes or Drew Cavosi, who can be reached at (718) 630-4749 and (718) 630-4991 respecti vely. Contractor shall meet with the POC immediately to discuss problem areas, and shall be responsible for all work performed. CONTRACTOR SHALL PERFORM CLEAN UP OF JOB SIGHT ON A DAILY BASIS. THERE SHALL BE NO DEBRIS AT ALL LEFT ON JOB SITE AFTER C.O.B. EVERY DAY. All OSHA safety measures shall be taken while work is in progress. All work shall be performed by experienced workers with proper tools and equipment, and a good workman like manner. Upon completion of the job, contractor shall remove all debris from gove rnment property. Contractor shall leave the job site each day in a neat broom swept appearance and suitable cordoned off from the passage of non-construction personnel. Contractor shall provide a telephone number of person to call should the need arise. If any excavation is needed during this work, the contractor is responsible to obtain a digging permit from the engineering chief, Mr. Mike Paidoussis located in Building 129. Contractor is responsible to provide work schedule for the job, i.e., time, dat e performance period, etc. Contractor is responsible to notify manager of building, or person in charge, one (1) week before starting the job, schedule of the job and estimated completion date of the job. All work shall be in strict accordance with the app licable drawing and specifications and the terms and conditions required by the contract. Any items that may have been unintentionally omitted from this specification, but which constitute acceptable practice in the trade, does not relieve the contractor o f his responsibility to perform same. Contractor shall report to Government COR, and dangerous or problematic condition which he may uncover in the course of executing this specification. On site inspection shall be performed prior to submittals, to verif y measurements and field conditions. Upon completion of the job, contractor shall remove all debris from government property. Contractor shall leave the job site each day in a neat broom swept appearance and suitable cordoned off from the passage of non-c onstruction personnel. Contractor shall register with the police at Bldg. 130 before commencement of work on a military post. Contractor shall supply COR with cuts of significant materials to be installed, name and quality for government approval prior to installation. A Firm Fixed Price award is contemplated. The Contractor shall proceed within ten calendar days after award and have the job completed within 45 working days after start. Contractor shall perform clean up of job sight on a daily basis. Estim ated dollar value is from $180,000 to $240,000. This is a Small Business Set-Aside. Project is open to Small Business Only. The NAICS Code for this project is 337214, which is matched to SIC Code 1541. To be considered a small business for this procurem ent, a company??????s average annual gross revenue for each of the last 3 fiscal years cannot exceed $28.5 million. The work shall be performed at Building 137 C at the Fort Hamilton Army Garrison, Brooklyn, New York. The exact location will be shown by t he Contracting Officer Representative (COR). Item 0001: Renovate the 6th floor of 137C. The provision at Section 00100-BIDDING SHEDULE/INSTRUCT IONS TO BIDDER -52.214-4, Amendments to Invitation For Bids; FAR 52.214-4, False In Bids, FAR 214-5, Submission to Prospective Bidders; FAR 52.214-6, Explanation to Prospective Bidders; FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids ; FAR 214-18, Preparation of Bids-Construction; FAR 52.214-19; FAR 228-1, Bid Guarantee; FAR 52.228-14, Irrevocable Letter of Credit; FAR 52.236-27, Site Visit (Construction); FAR 28.101-2, Bonds; Section 00600-REPRESENTATION AND CERTIFICATION - FAR 52.202 -1, Definitions; FAR 52.203-2, Certificate of Independent Price Determination; FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.204-3, Taxpayer Identification; FAR 52.204-6, Data Universal Num bering Systems (DUNS) Number; FAR 52.209-5, Certification Regarding Debarment, Suspension, Proposed Department, and Other Responsibility Matters; FAR 52.219-1, Small Business Representation; FAR 52.219-2, Equal Low Bids, FAR 52.219-19, Small Business Conce rn Representation For the Small Business Competitiveness Demonstration Program; FAR 52.219-21, Small Business Size Representation For Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program; FAR 222-22, Previous Contract s and Compliance Reports; FAR 52.223-13, Certification of Toxic Chemical Release Reporting; FAR 525.209-7001, Disclosure of Ownership or Control By the Government Of a Terrorist Country; FAR 252.247-7022, Representation of Extent of Transportation By Sea; FAR 252.247-7023, Transportation of Supplies by Sea; SECTION 00700-CONTRACT CLAUSES- FAR 52.202-1 Alt 1, Definitions; FAR 52.203-3, Gratuities; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restriction On Subcontractor Sales To The Governme nt; FAR 52.203-7, Anti-Kickback Procedure; FAR 52.203-8; Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10, Price Or Fee Adjustment For Illegal Or Improve Activity; FAR 52.203-12, Limitation On Payments To Inf luence Certain Federal Transactions; FAR 52.209-6, Protecting the Government??????s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Department; FAR 52.211-10, Commencement, Prosecution, and Completion of Work; FAR 214-26, Audit and Records??????Sealed Bidding; FAR 52.214-27, Price Reduction for Defective Cost or Pricing Data-Modifications-Sealed Bidding; FAR 52.214-28, Subcontracting Cost Or Pricing Data??????Modifications??????Sealed Bidding; FAR 52.214-29, Order Of Prece dence??????Sealed Bidding; FAR 214-34, Submission Of Offers In The English Language; FAR 214-35, Submission of Offers In U.S. Currency; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 219-14, Limitations On Subcontracting; FAR 219-19-19, Small Business Concerns Representation For the Small Business Competitiveness Demonstration Program; FAR 52.222-1, Notice To The Government Of Labor Disputes; FAR 52.222-3, Convict Labor, FAR 52.222-4, Contract Work Hours and Safety standards Act ?????? Overtim e Compensation, FAR 52.222-6, Davis Bacon Act; FAR 52.222-7, Withholding of Funds, FAR 52.222-9, Apprentice and Trainees, FAR 52.222-10, Compliance with Copeland Act Requirements; FAR 52.222-11, Subcontracts (Labor Standards), FAR 52.222-12, Contract Termi nation-Department; FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations; FAR 222-14, Disputes Concerning Labor Standards; FAR 52.222-15, Certification of Eligibility; FAR 222-21, Prohibition of Segregated Facilities; FAR 222-22, Previous Contracts and Compliance Reports; FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; FAR 52.222-26, Equal Opportunity; FAR 52.222-27, Affirmative Action Compliance Requirements for Construc tion; FAR 52.222-30, Davis-Bacon Act??????Price Adjustment(None or Separately Specified Method); FAR 222-35, Equal Opportunity For Special Disabled Veterans, V eterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 223-3,Hazardous Material Identification And Material Safety Data; FAR 223-5, Pollution Prevention and Right-to-know Information; FA R 52.223-6, Drug Free Workplace; FAR 52.223-13, Certification of Toxic Chemical Release Reporting; FAR 52.223-14, Toxic Chemical Release Reporting; FAR 52.225-10, Notice of Buy American Act Requirement??????Construction Materials; FAR 52.225-13, Restrictio ns on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.227-4, Patent Indemnity-Construction Contracts; FAR 227-6, Royalty Information; FAR 52.228-2, Additional Bond Security; FAR 52.228-5, Insurance-Work On A Government Installati on; FAR 52.228-11, Pledges Of Assets; FAR 52.228-12, Prospective Subcontractor Requests for Bonds; FAR 52.228-15, Performance and Payment Bonds??????Construction; FAR 52.229-3, Federal, State and Local Taxes; FAR 52.232-5, Payments under Fixed-Price Constr uction Contracts; FAR 52.232-17, Interest; FAR 52.232-17, Availability of Funds; FAR 52.232-23, Assignment Of Claims; FAR 52.232-27, Prompt Payment for Construction Contracts; FAR 52.232-33, Payment by Electronic Funds Transfer??????Central Contractor Reg istration; FAR 52.233-1, Disputes; FAR 52.233-3; Protest After Award; FAR 52.236-2, Differing Site Conditions; FAR 52.236-3, Site Investigation and Conditions Affecting the Work; FAR 52.236-3, Site Investigation and Conditions Affecting the Work; FAR 52.23 6-5, Material and Workmanship; FAR 52.236-6, Superintendence by the Contractor; FAR 52.236-7, Permits and Responsibilities; FAR 52.236-8, Other Contracts; FAR 52.236-8, Other Contracts; FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment , Utilities, and Improvements; FAR 52.236-10, Operations and Storage Areas; FAR 52.236-10, Operations and Storage Areas; FAR 52.236-11, Use and Possession Prior to Completion; FAR 52.236-12, Cleaning Up; FAR 52.236-13, Accident Prevention; FAR 52.236-14, A vailability and Use of Utility Services; FAR 52.236-15, Schedules for Construction Contracts; FAR 52.236-17, Layout of Work; FAR 52.236-21 Alt I, Specifications and Drawing for Construction Alternate I; FAR 52.236-21 Alt II; Specifications an Drawing for C onstruction Alternate II; FAR 52.236-26, Reconstruction Conference; FAR 52.242.13, Bankruptcy; FAR 52.242.14, Suspension of Work; FAR 52.243-4; Changes; FAR 52.246-12, Inspection of Construction; FAR 52.249-2 Alt I, Termination for the Convenience of the G overnment (Fixed Price)-Alternate I; FAR 52.249-10, Default (Fixed-Price Construction); FAR 52.251-1, Government Supply Sources; FAR 52.253-1,Government Supply Sources; FAR 52.253-1, Computer Generated Forms; FAR 252.223-7004, Drug Free Work Force; FAR 25 2-223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; FAR 252.225-7012, Preference For Certain Domestic Commodities; FAR 252.225-7031, Secondary Arab Boycott Of Israel; FAR 252.227-7033; Right in Shop Drawings; FAR 252.236-7000, Modification Proposals-Price Breakdown; FAR 252.236-7008, Contract Prices-Bidding Schedules; FAR 252.242-7000, Post award Conference; FAR 252.243-7001, Pricing Of Contract Modifications; FAR 252.243-7002, Requests for Equitable Adjustment; FAR 252.244-700 0, Subcontractors for Commercial Items and Commercial Components(DOD Contracts), FAR 52.211-3, Availability Of Specifications Not Listed In The GSA Index Of Federal Specifications, Standards and Commercial Item Descriptions; FAR 52.211-4, Availability For Examination Of Specific Not Listed In The GSA Index Of Federal Specifications, Standards and Commercial Item Descriptions; FAR 52.233-2, Service Of Protest; FAR 52.252-2, Clause Incorporated By Reference; FAR 252.236-7001, Contract Drawing, Maps and Specif ication??????s. SECTION 0800 WAGE RATES, GENERAL DECISION NY20030003 IS APPLICABLE. To be considered for award, a small business must be registered in the Ce ntral Contractor Registration (see WWW.CCR.GOV). Requests for a solicitation package may be by U.S. Postal Service at Fort Hamilton Directorate of Contracting, ATTN: Marsha Garwin, 111 Battery Avenue, Bldg 111, Room 115, Brooklyn, New York, 11252, Teleph one at 718-630-4750, Facsimile at (718) 630-4700, or email at garwinm@hamilton.army.mil. Solicitation Packages will be provided by First Class U.S. Postal mail. All bids shall be delivered to Building 111, Room 115 Conference Room, Fort Hamilton, and Bro oklyn, New York 11252. Please be advised that Contractor vehicles and contractor employees POV will be searched if the appropriate passes/Decals are not displayed when entering Fort Hamilton Access Control Point, Gate on 101st Street. All vehicles includi ng those with passes/decals are subject to random search at any time.
 
Place of Performance
Address: ACA, Fort Hamilton Directorate of Contracting, 111 Battery Avenue, Room 115 Brooklyn NY
Zip Code: 11252-5000
Country: US
 
Record
SN00430095-W 20030911/030909213358 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.