Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900

Y -- BRAC EXPANSION (RUNWAY/APRON/ILS, VEHICLE OPS, HEATED PARKING, AND ADDITION TO FIRE STATION), WHEELER-SACK AIRFIELD, FT DRUM, YORK SOL DACA51-97-B-0008 DUE 021497 POC Michael McHugh, 212-264-5995. This is an unrestricted procurement. Construction services are required at the Wheeler-Sack Airfield, Ft Drum, Watertown, New York to demolish existing runway 3-21, construction of replacement Runway 3-21, runway connections and overruns, taxiways, apron and associated area lighting, associated airfield lighting and navaids, light vault reconstruction, instrument landing system, deicing pad and associated supply and waste tanks, hot pad and access road, tank trail, and Munn's Corner road relocation. Construction services are required to add a one bay addition to the airfield fire station (Bldg P-2065). Work will include concrete foundation, structural steel framing, HVAC system, lighting, power and all other necessary work. Construction services are required to construct a Departure Airlift Group Facility. Work includes concrete foundation, structural steel framing, HVAC system, motorized doors, lighting, power, and all associated pavement and service utilities as required. The magnitude of the projectis approximately $25,000,000 to $50,000,000. Duration of the project is 500 calendar days from the receipt of the Notice to Proceed. The SIC for this project is 1629. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7, This includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged and Women-Owned Small Business concerns. A contract will not be awarded unless and until the Contracting Officer has determined ( with advice from SBA ) that it's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantage and Women-Owned Small Business concerns to participate in contract performance. In determing the acceptability of a proposed subcontracting plan the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding subcontracts for the same or similar products or services to Small, Small Disadvantaged and Women-Owned Small Businesses. Information on past performance of Subcontracting Plan Compliance is included in solicitation. The Corps of Engineers is responsible for effectively implementing the small business programs within 1ts activities including achieving program goals. ALso, to ensure the contracting and technical personnel maintain knowledge of small, small disadvantaged, and women-owned small business program requirements and take all reasonable actions to increase pleasure participation in their activities. In line with the emphasis on this program the Corps of Engineers, New York District is particularly desirous of increasing subcontracting oppotunities for small busines concerns, small diadvantaged business concerns and women-owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. A model subcontracting plan will be provided with the plans and specifications. We urge to take action to locate competent small disadvantaged and women owned small business concerns for your subcontracting opportunities in preparing your bid. We urge you to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA's certified listing of social and economically disadvantaged business concerns in the vicinity in which the work is to be performed. In the SBA Syracuse office call 315-448-0432, in the Buffalo Office call 716-551-4307. Unfavorable evaluation will result in denial of award. Plans and specifications will be available on or about 06 January 1997, with a bid opening date of on or about Friday, 14 February 1997 at 2:00 P.M., New York City, N.Y. time. All requests for plans and specifications must be in writing with enclosed check (personal or business) or money order payable to "FAO, USA, COE, NED", in the amount of six hundred and fifty dollars ($650.00) per set (non-refundable) mailed to: US Army corps of Engineers, Contracting Division, Room 1843, Attn: Michael McHugh, 26 Federal Plaza, New York, NY 10278-0090. Requesting parties should state the solicitation number, giving their complete company name, STREET address (plans and specs cannot be delivered to P.O. BOXES), telephone and facsimile numbers (including area codes). Before sending for plans and specs, however, call Mr Jess Arrington at 212-264-0232 or Mr Michael McHugh at 212-264-5995 as to the availability of plans and specs. The Plans and Specifications may also be examined at the following locations: this office at 26 Federal Plaza, Room 1831, West Point Area Office, Area Engineer, US Army Engineer District (NY), Bldg. 667A, West Point, NY 10996-1591, Fort Drum Resident Engineer Office, US Army Corps of Engineers, NY District, 4890 George Avenue, Fort Drum, NY 13602-5200, Brown's Letters, 1167 McBride Avenue, West Paterson, NJ, and F.W. Dodge Co., 1633 Broadway, Paramount Plaza Bldg, New York, NY. Any technical questions must be in writing and may be faxed to 212-264-3013, attention Michael McHugh. (0355)

Loren Data Corp. http://www.ld.com (SYN# 0113 19961226\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page