Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
MODIFICATION

Y -- Construction of New Dormitory in Thule Air Base, Greenland - Solicitation 1

Notice Date
12/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-B-0002
 
Response Due
1/12/2012 2:00:00 PM
 
Archive Date
12/5/2012
 
Point of Contact
Ivan V. Damaso, Phone: 9177908708
 
E-Mail Address
ivan.v.damaso@usace.army.mil
(ivan.v.damaso@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix F Appendix E Appendix D Appendix C Appendix B Appendix A Package #3 - CID Package #2 - Specifications Package #1 - Plans Solicitation Project Title: Invitation for Bids - Construct New Dormitory Location: Thule Air Base, Greenland Note: This solicitation and award is restricted, in accordance with 10 U.S.C. 2304(c )(4) International Agreement, to Danish and Greenlandic firms. Synopsis: The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a firm-fixed price contract for the construction of a new, 4,550 SM, 3-story dormitory facility. This will be a competitive, Invitation for Bids, bid opening. The facility will be built with arctic foundations in the permafrost, it will be steel frame, insulated panel exterior and pitched metal roof. The work includes site improvements, all utilities and communications. The contractor will furnish all supervision, plant, labor, materials, tools, and equipment to construct the facility. General Conditions at Thule Air Base: The location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule's location demands that all supplies/personnel must be shipped/transported in/out via air/sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet. Average winter temperature is 20-30 degrees F below zero while average summer temperature is 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. The project magnitude is over $20 million. The performance period shall be approximately 2 years from issuance of the Notice to Proceed (NTP). Anticipate the plans and specifications to be posted electronically on or about 6 December 2011 via the Federal Business Opportunity website at www.fbo.gov, with bids due on or about 5 January 2012. Any and all amendments shall be likewise posted. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Award will be made to the lowest responsible bidder. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email, fax, or mail to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and FedBizOpps,. The system called FedBizOpps has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all federal agencies. Business opportunities can be located in FedBizOpps or the Army single face to Industry (ASFI) acquisition business website https://acquistion.army.mil/asfi. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in the DoD CCR database prior to award. Lack of registration in CCR will make and offeror ineligible to download the solicitation for award. Information on CCR registration is available at http://www.ccr.gov. Questions should be directed to the Contract Specialist, Ivan Damaso. Address: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, Attn: Ivan Damaso, New York, NY 10278-0090. Telephone: 917-790-8708. Fax: 212-264-3013. E-mail: ivan.v.damaso@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-B-0002/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02637822-W 20111215/111213233945-76c2c73a703fc5d7544f6c2ea01fef12 (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.