Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
MODIFICATION

Z -- Jacob Riis Park Restoration, Queens, NY. - Solicitation 1

Notice Date
9/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-13-R-0033
 
Response Due
10/11/2013 2:00:00 PM
 
Archive Date
11/30/2013
 
Point of Contact
Albert C Rumph, Phone: 9177908078, Patrick Schanley, Phone: 9177908174
 
E-Mail Address
albert.c.rumph@usace.army.mil, patrick.m.schanley@usace.army.mil
(albert.c.rumph@usace.army.mil, patrick.m.schanley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications Drawings W912DS-13-R-0033 Solicitation The proposed project, Jacob Riis Park Restoration, Queens, NY. The project is to restore the historic concrete parking lot at Jacob Riis Park, fixing all damage attributed to the Sandy debris removal operation. The project includes, but is not limited to: The restoration of the concrete parking lot to include full depth patches and partial depth patches; median; median curbs; striping; and gates. The parking lot is approximately 62 acres in area and the existing concrete is approximately 7 quote mark thick. The replacement concrete will have to match the existing aggregate, cement type (buff or natural cement) and color due to its historical significance. This procurement is being solicited under 100% Full and Open Competition. The North American Industry Classification System (NAICS) code is 238990. The business size standard is $14,000,000. The SIC CODE is 1629. The estimated cost range for this project is between $1,000,000.00-5,000,000.00. Plans and specification for Solicitation will be available on or about 15 August 2013. Prpoposal due date is on or about 11 October 2013 at 2:00 P.M. (Eastern Standard Time). Proposals 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 to the POC. The subject line should read: W912DS-13-R-0033 Jacob Riis Park. Large business concerns must submit as part of their prpoposal a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan may make the bidder ineligible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 50.0%, Small Disadvantaged Business 17.0%, Women-Owned Small Business 18.0%, HubZone Small Business 10.0%, Veteran Owned Small Business 4.0% and Service Disabled Veteran Owned Small Business 4.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. 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. For further information, contact: Albert C. Rumph Jr., Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: albert.c.rumph@usace.army.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-08-21 12:27:07">Aug 21, 2013 12:27 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-09-12 17:16:02">Sep 12, 2013 5:16 pm Track Changes The purpose of this amendment is to: a. Incorporate the Robert T. Stafford Disaster Relief and Emergency Assistance Act within the synopsis. b. In accordance with FAR 26.202 Local Area Preference, when awarding emergency response contracts during the term of a major disaster or emergency declaration by the President of the United States under the authority of the Robert T. Stafford Disaster Relief and Emergency Assistance Act, preference shall be given to the extent feasible and practicable to the local firms. c. Limit this procurement to local declared disaster area. The counties include: Bronx County, Greene County, Kings, County, Nassau County, New York County, Orange County, Putnam County, Queens County, Richmond County, Rockland County, Suffolk County, Sullivan County, Ulster County, and Westchester County.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-R-0033/listing.html)
 
Place of Performance
Address: USACE District, New York 157 Rockaway Beach Blvd New York NY
Zip Code: 11694
 
Record
SN03185092-W 20130914/130912235116-8305255ec1e76d9947f41e277de1674d (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.