Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

Z -- Domestic and Fire Water Distribution System Improvements, William J. Hughes Technical Center, Federal Aviation Administration, Atlantic City International Airport, New Jersey.

Notice Date
1/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU07B0009
 
Response Due
2/14/2008
 
Archive Date
4/14/2008
 
Point of Contact
Joseph T. Bujnowski, 215-656-6761
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(Joseph.T.Bujnowski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Synopsis establishes a new bid opening date for Solicitation Number W912BU-07-B-0009 of February 14, 2008 at 11:00 a.m. Amendment Number 0005 will be posted on the www.fedteds.gov website no later than Tuesday, January 22nd. If you have anyqu estions please contact Mr. Joseph T. Bujnowski at 215-656-6761 or by email at Joseph.T.Bujnowski@usace.army.mil The work consists of installation of approximately 14,000 ft of new water main and modification of DW service to approximately 15 buildin gs by replacing the existing water main with a new water main. The new main, which will run from the existing water treatment plant, will be devoted exclusively to the supply of domestic water. All connections to the new main will be from existing facilit ies that are currently being supplied by the existing main. Existing DW users will be disconnected from the dual water line and DW service will be provided by tying in to the new DW main. No change in the sources, treatment, storage or water demand will r esult from this project, no modifications will be made to existing pumping, controls, or treatment processes, and the required capacity of system will remain the same. The existing water main, which currently supplies domestic water and fire protection, wi ll be dedicated primarily to fire protection. The contract may include a base and 5 Options. Option 1 work includes new pavement and gate sensors at AOA Gates #3 and #4 and all other associated work. Option 2 work includes new pavement and associated wo rk along Lindbergh Drive. Option 3 work includes domestic water modifications, from Station 0+45B to Station 44+49.22 which will include 12 and 10 inch mains. Option 4 work includes domestic water modifications outside the building 5 foot lines from Stat ion 0+10Y to Building 315B and Service for Building 319 and from Station 0+00X to Building 315A; and Station 0+00 to Building 318. Option 5 work includes domestic water modifications, 10 inch expansion loop from Station 0+10Z to Station 14+88.91Z. Sol icitation Number W912BU-07-B-0009 will be issued on or about 3 August 2007 with a bid opening date on or about 14 February 2008. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. The NAICS Code for this project is 237110 (Sic Code 16 29) with a size standard of $31 million. Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution (FedTeDS) homepage located at https://www.fedteds.gov/. Registration for plans and specifications sho uld be made via FedTeDS Internet homepage and hard copies will not be available. No written or fax requests will be accepted. All prospective contractors and their subcontractors and suppliers must be registered in FedTeDS before they will be allowed to download solicitation documents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-mail Address. Registration instructions can be found on the FedTeDS website: https://www.fedteds.gov/ by clicking on Register With FedTeDS hyperlink. It is the contractors responsibility to monitor FedTeDS for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by l egislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/ve ts100. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying doc uments required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award of the contract will be made as a whole to the lowest responsive and responsible bidder. This procurement is unrestricted.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01489783-W 20080124/080122224036 (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 |
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.