Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
MODIFICATION

Y -- UPGRADE/STANDARDIZE TAXIWAY quote mark GOLF quote mark LOCATED AT JOINT BASE MCGUIRE-DIX-LAKEHURST

Notice Date
8/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-13-B-0027
 
Response Due
9/10/2013
 
Archive Date
9/23/2014
 
Point of Contact
Rippert P. Roberts, Phone: 9177908166
 
E-Mail Address
Rippert.P.Roberts@usace.army.mil
(Rippert.P.Roberts@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation For Bid (IFB) to award a firm fixed price contract for the repairs and upgrade of Golf Taxiway to modern standards at Joint Base -McGuire/Dix/Lakehurst, New Jersey using an Invitation for Bids. The work includes replacing approximately 100,000 square yards of new heavy load airfield pavement and approximately 70,000 square yards of asphalt shoulders. The scope includes providing improved pavement geometry at critical pavement intersections; new taxiway lighting and underground electrical infrastructure from the lighting vault; taxiway edge lighting and signage. Providing airfield markings and new airfield drainage systems as required; improving drainage parallel and perpendicular to the taxiway. Construction must be accomplished with minimal impact to flight operations, and will be completed in phases for specific segments of the taxiway. The place of performance will be Joint Base-McGuire-Dix-Lakehurst, New Jersey. A Sources Sought announcement was published on 26 June 2013 for market analysis to investigate if a sufficient number of qualified small business firms were interested in the project. The responses were due on 11 July 2013. Enough qualified small business firms responded to the market analysis to solicit this project as a Small Business set-aside. It has been determined that competition will be limited to small business firms located within the geographical area serviced by the SBA New York District Office, New Jersey District Office, and Philadelphia District Office and HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the effort. All other small business firm participants are deemed ineligible to submit offers. The Contractor will be required to commence work within five (5) calendar days after the date of receipt of the notice to proceed, to prosecute said work diligently and to complete the basic work ready for use not later than 365 calendar days after the receipt by him of the notice to proceed. The work is estimated to cost between $10,000,000.00 and $50,000,000.00 and a bid bond is required with submittal of bids. Plans/Specs for the subject project would be available on or about August 9, 2013 with a bid opening on or about September 10, 2013. This project is being solicited as a competitive Small Business set-aside, invitation for bids procurement. The applicable NAICS code is 237310 - Highway, Street, and Bridge Construction with a small business size standard of $33.5 million in average annual receipts. SIC CODE is 1611. Offers will be due at 26 Federal Plaza, New York, New York 10278 in room 1843. 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. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Rippert Roberts III, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8166. Fax: (212) 264-3013 or via Rippert.P.Roberts@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-B-0027/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03157330-W 20130823/130821235915-352966776c4bba72bdfa80d228b9e1a7 (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.