SOLICITATION NOTICE
Y -- Construct Maneuver and Training Equipment Site (MATES) Phase II, Fort Drum, NY.
- Notice Date
- 6/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- W912PQ-07-R-0011
- Response Due
- 8/1/2007
- Archive Date
- 9/30/2007
- Small Business Set-Aside
- N/A
- Description
- The USPFO for New York intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessa ry to perform and complete Maneuver and Training Equipment Site (MATES) Phase II at Fort Drum, Watertown, NY 13601. The work consists of consists of several single story steel framed additions to an existing facility, consisting of a Warehouse (Part C), Vehicle Maintenance Wing (Part E); Paint Shop Area (Part F) as well as multiple unheated vehicle pre-engineered storag e sheds and other ancillary structures; and site development. The dollar magnitude of the project is between $10,000,000.00 and $25,000,000.00. Construction/contract completion time is anticipated to take approximately 540 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $31.0 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance with the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10). The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for is suing the solicitation is on-or about 28 June 2007. The tentative date for the pre-proposal conference is on-or-about 18 July 2007, 10:30 a.m. local time at the MATES Facility located at Fort Drum, NY. Interested contractors are encouraged to attend and sh all follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 13 July 2007 via e-mail (preferred) to mark. r.walsh@us.army.mil or fax to (518)786-4985. The solicitation closing date is scheduled for on-or-about 1 August 2007. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) dat abase. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations a nd Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found unde r Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Dat a Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the off icial government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will b e posted to the EBS page http://www.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible du e to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writ ing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Fort Drum, Watertown, NY 13601.
- Place of Performance
- Address: Maneuver and Training Equipment Site (MATES) Bldg P4900 Tank Trail Drive Fort Drum NY
- Zip Code: 13602
- Country: US
- Zip Code: 13602
- Record
- SN01316673-W 20070614/070612221215 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |