Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

Y -- Y--Construction of an Expansion to the Mountain Ramp at Fort Drum, New York

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-04-B-0004
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
renee.george, 212-264-0154
 
E-Mail Address
US Army Engineer District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The New York District is seeking to secure a firm fixed-price contract for the Construction of an Expansion to the Mountain Ramp at Fort Drum, New York. This is a solicitation for construction services to upgrade and enhance the mountain ramp is to allow for time sensitive deployments. The general scope of work will include construction of hot pads for loading ammunition onto aircraft, ammunition storage sheds for temporary storage of ammunition and cargo, guard shacks and latrines, taxiway lighting, signage, electrical service, storm drainage, site improvements, and connections to other taxiways. The SIC code for this acquisition is 1611 or NAICS CODE 237310 This acquisition is UNRESTRICTED. The small business size standard is no more than 28.5 million in gross revenues per year as averaged over the last three years. If a large business intends to submit a proposal, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Estimated value of the entire project is over $10,000,000. Completion date is approximately 530 calendar days from the issuance of the Notice To Proceed. Firms interested in proposing on this project are requested to affirm their interest by submission of a letter of interest to the following address: New York Dis trict U.S. Army Corps of Engineers, 26 Federal plaza, Room 1843, New York, New York 10278, Attn. Ms. Ella Snell. Parties requesting the CD documents must do so in writing, stating the solicitation number, project name. Complete company name and street add ress (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area codes). A site visit and pre-proposal conference will be conducted approximately two weeks after the release date of the solicitation. Location and contact points will be included in the solicitation. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR). Effective 1 June 98 contractors must have registered in the CCR database. Lack of registration in the CCR may make an offeror ineligible for award. Offerors must affirm, prior to award of the contract, that it is registered. If not already registered, on-line instructions and registration are available by visiting the website at http://ccr.edi.disa.mil. The Corps of Engineers (USACE) is responsible for effectively implementing the small business programs within its activities, including achieving program goals, and ensuring that contracting and technical personnel maintain knowledge of Small, Veteran-Owne d Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program requirements, and taking all reasonable actions to increase participation in its small business activi ties. In line with the emphasis on this program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. In addition to locating simply small business sources, you are encouraged to take action to locate competent Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program concerns for your subcontracting opportunities in preparing your offer. You are further urged to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA certified listing of socially and economically disadvantaged business concerns in t he vicinity in which the work is to be performed. Therefore, the following instructions and provisions apply to this solicitation: The successful offeror, if a large business, must submit a subcontracting plan within five (5) working days of notification of selection. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from SBA) that the offeror(s) subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program concerns to participate in contract performance. In determining the acceptability of a proposed subcontr acting plan the Contracting Officer will evaluate all relevant factors inclusive of an offeror(s) past performance with respect to the offeror(s) having awarded subcontracts for the same or similar products or services to Small, Veteran-Owned Small Busines s; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program concerns. In order to make this evaluation, the offeror is required to submit its past SF 294 (Subcontracting Report For Individual Contracts) and SF 295 (Summary Subcontract Report) forms along with its offer. Subcontracting plans will be evaluated to ensure compli ance with solicitation requirements and the public law. PRIOR to award, the successful offeror will be required to discuss its subcontracting plan with the Small And Disadvantaged Business Utilization Specialist (the “SADBUS”), the Contracting O fficer, the Source Selection Authority and the SBA. FAR 19.706, Responsibilities Of The Cognizant Administrative Contracting Officer, at subsection (b) states that “If the contractor does not comply in good faith with the subcontracting plan, the adm inistrative contracting officer shall, upon contract completion, make appropriate recommendations that contracting officers may use for future contracts.” Therefore, a determination by the contracting officer, during or after completion of the projec t, that the contractor did not implement its plan in good faith may result in adverse recommendations with regard to the contractor’s future contract opportunities. In addition, FAR 52.219-16, Liquidated Damages - Subcontracting Plan, failure to full y implement the plan during the life of the project may result in the assessment of liquidated damages. Direct contracting questions to the Contract Specialist, point of contact for this acquisition is Ms. Renee George, telephone (212) 264-0154, or facsimile (212) 264-3013 and technical questions to the technical point of contact for this acquisition, Mr. Ch ristopher Gatz, telephone (315) 772-4107, or facsimile (315) 772-1566.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/W912DS-04-B-0004/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York Ft. Drum Fort Drum NY
Zip Code: 13602
Country: US
 
Record
SN00533048-F 20040229/040227233300 (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.