Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOURCES SOUGHT

Y -- Exterior Site Repairs/Improvements P10210

Notice Date
7/28/2014
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-14-R-10210
 
Response Due
8/1/2014
 
Archive Date
9/26/2014
 
Point of Contact
Tammy Davis, 315-772-6502
 
E-Mail Address
MICC - Fort Drum
(tammy.davis4.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Mission and Installation Contracting Command - Fort Drum is conducting market research to determine the extent of HubZone small business concerns capable of performing as a prime contractor under a firm fixed price contract. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY. The purpose of this Sources Sought Notice is to determine interest and capability of potential HUBZone qualified small businesses relative to the North American Industry Classification Code (NAICS) 238990, All Other Specialty Trade Contractors. The small business size standard is $15,000,000. The Government anticipates awarding a Firm Fixed Price contract to repair/improve exterior site of P10210, Fort Drum, NY. The Davis-Bacon Act will apply. The estimated magnitude for this project is between $25,000 and $100,000. The scope of work under this acquisition will include, but not be limited to the following: The contractor shall remove precast curb stones, existing gravel and 4 quote mark of sub base. The contractor shall provide and install topsoil in these areas tapered to provide drainage to existing swales and culverts. The contractor shall provide and install grass seed, either through broadcasting or hydro seeding. The contractor shall remove 3 trees and one stump. The contractor shall also remove bushes and stumps from the area. The contractor shall remove 6 quote mark of existing crusher run from the drip edge of the building. Grey river rock shall be installed. One course of new treated 4x6 timbers shall be installed. The timbers shall be staked with #3 x 18 quote mark rebar. The contractor shall temporarily move the polar bear monument with attached concrete base. These are to be stored on site to be re-installed. After re-installation, the jeep slab and bear pedestal shall have an 18' x 18' area of filter fabric covered with 4 quote mark of white stone placed around them bordered by a single course of 4x6 treated timbers. The contractor shall remove precast curb stones and cut existing topsoil from the area in front of the building to include the gravel adjacent to the polar bear statue and jeep display slab. The contractor shall provide and install eight Canadian Cherry trees, two Japanese and two Honey Locust trees. The contractor shall saw cut, excavate, remove and dispose of existing earth and surface material for 16' x 40'extension of parking lot. Total depth of excavation shall be 12 quote mark below grade of the adjoining asphalt. The contractor shall compact existing sub-grade. The contractor shall backfill, place, roll and compact 8 quote mark depth of new crushed stone aggregate base course. The contractor shall place, roll and compact 2-1/2 quote mark minimum depth of new asphalt concrete binder course over newly prepared crushed stone aggregate base course. The contractor shall tack coat binder course and place, roll and compact 1-1/2 quote mark minimum depth of new asphalt concrete top course over asphalt concrete binder course. Final surface shall match grade of existing asphalt and provide for positive drainage. The contractor shall mark four new 90 degree parking spots with white traffic paint. Width, spacing and length of lines shall match those along same edge of existing parking lot. Earthen banks adjoining new parking lot addition shall be sloped back at 3 to 1. Responses to this sources sought shall include the following: 1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current HubZOne business status under NAICS 238990. 2. Prior/current experience performing efforts of similar size and scope within the last six years. 3. Registered in System for Award Management (SAM) (Y/N) 4. Bonding Limits The information should be submitted no later than 4PM Eastern Standard Time, on August 1, 2014 via email to Tammy Davis, Contract Administrator, tammy.davis4.civ@mail.mil, with a subject of Exterior Site Repairs/Improvements P10210. If a solicitation is issued, it will be announced at a later date. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f1aba87c78c2c18004f2df12da8c1d5)
 
Place of Performance
Address: MICC - Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
 
Record
SN03440665-W 20140730/140728235429-5f1aba87c78c2c18004f2df12da8c1d5 (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.