SPECIAL NOTICE
Y -- Construct MATES, Phase III
- Notice Date
- 2/10/2009
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- W912PQ-09-SS-0001
- Archive Date
- 3/11/2009
- Point of Contact
- Mark R Walsh, Phone: 518-786-4986
- E-Mail Address
-
mark.r.walsh@us.army.mil
- Small Business Set-Aside
- N/A
- Description
- The United States Property and Fiscal Office for New York is conducting a market survey, for information only to be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED SUBSEQUENT TO THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up request for information. The purpose of this synopsis is to gain knowledge of interests, capabilities, and qualifications of various members of the Section 8(a), Historically Underutilize Small Business (HUBZONE), Service Disabled Small Business (SDVOSB) and Small Business Concerns to perform the work included in the Governments Project entitled, “Construct Maneuver and Training Equipment Site (MATES) Phase III. The location of work is at Fort Drum, NY 13601. Scope of Work: Contractor shall provide all materials, labor, supervision and means required to complete the project in accordance with Government issued plans and specifications. Generally the work entails the construction of pre-engineered metal buildings comprising 111,331 gsf for the work described as base construction cost and 110,688 gsf for the optional building described in the contract documents. Included is 14,085 square yards of heavy duty asphalt paving, electrical work, mechanical work and site-work. Additional work includes a two level loading ramp and modifications to the existing facility where Addition D abuts Area A. Also, the work will include the removal of an existing government occupied (ownership of this trailer TBD) job trailer and associated utilities (water service, sewage holding tank and telecommunications/electrical service equipment). All work will be performed in strict accordance with the project plans and specifications and Federal Acquisition Regulation (FAR). Related work such as preparing and submitting required reports, administrative work and submitting necessary information as required by the plans and specification and the FAR will also be required. The North American Industry Classification System (NAICS) code for this project is 236220; the small business size standard is $33,500,000. Interested 8(a), HUBZONE Small Business, SDVOSB and Small Business firms are requested to submit the following information: 1.Company name, address, telephone number and point of contact with e-mail address. 2.Type of Business (8a, HUBZONE, SDVOSB or Small Business). 3.Provide a general statement of your capabilities and demonstrate the capability to perform the work inclusive of bonding capacity (single project and aggregate). 4.Submit information which demonstrates specialized experience and technical competence in the field of general contracting to include the implementation and management of an effective quality control program, timely performance, implementation and management of an effective safety program, and compliance with the Davis-Bacon Act. Submit at least three (3) examples of relevant work completed within the last five years. Please include a brief description of work, the contract number, total contract value, period of performance, place of performance and name, address, telephone number and e-mail address of the owner or point of contact. This notice is for information purposes only. The information you are providing must address the four items above in sufficient detail. Central Contract Registration (CCR) is mandatory for the award of any Government Contract. Go to www.ccr.gov to register is necessary. Representations and Certifications are required to be current. Go to www.bpn.gov/ORCA to either complete or update the required certifications. E-mail response to this request is preferred, and should be sent to mark.r.walsh@us.army.mil. The office facsimile number is (518)786-4985 if faxing your response. The due date and time for responses is 24 February, 2009 at 1400 hours EST. This notification is not an RFP and does not constitute a commitment by the Government.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=23912dac801a573c0a752c18776560dd&tab=core&_cview=1)
- Place of Performance
- Address: Fort Drum, Watertown, New York, 13601, United States
- Zip Code: 13601
- Zip Code: 13601
- Record
- SN01747775-W 20090212/090210220249-23912dac801a573c0a752c18776560dd (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 |