Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2005 FBO #1158
SOLICITATION NOTICE

Y -- Covered Departure/Arrival Airport Control Group (D/AACG) Facility at Wheeler-Sack Army Airfield, Fort Drum, New York

Notice Date
1/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-05-B-0007
 
Response Due
3/9/2005
 
Archive Date
5/8/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U. S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) for the award of a contract for the construction of the Covered Departure/Arrival Airport Control Group (D/AACG) Facility; Electronic and Information T echnology (EIT) Accessibility Exception. The project consists of the construction work necessary to construct an expansion to the existing Departure/Arrival Airport Control Group Facility, a new Covered Ready Line Building and new Marshalling Area Pavemen ts. The D/AACG expansion shall include a Joint Inspection Lane, a lane for a future pallet scale and a lane with a moving axle scale. New supporting facilities include supporting utilities, concrete approaches to buildings, interior finishes, water suppl y, sewer, HVAC, electric service, exterior and or security lighting, parking, storm drainage, communications, fire protection and detection systems, access roads, apron, fencing, signage, landscaping, paving, walks, curbs, information systems, and general site improvements. The estimated cost of this project is between $1,000,000.00 to $5,000,000.00. The facility is located at Fort Drum, New York at the Wheeler-Sack Army Airfield (WSAAF). The selected contractor must complete the entire work ready for us e no later than 425 calendar days after the date the contractor receives the Notice to Proceed, except in case the Contracting Officer determines that seeding is not feasible during the construction period, the Contractor shall accomplish such seeding in t he first planting period following the contract completion date. This action will not operate to extend the performance time for the balance of the work. The time stated for completion shall include final cleanup of the premises. If the contractor fails to complete the work within the time specified in the contract, or any extension, the contractor shall pay to the Government as liquidated damages, the sum of $750.00 for each day of delay. When the solicitation is issued, Section 00800 will set forth the contractor-furnished EIT equipment requirements of the contract. The estimated cost of the EIT equipment is $5,000.00. FAR Part 39.2 requires that federal agencies ensure that any EIT purchased is accessible to federal workers and persons with disabilit ies and implements Section 508 of the Rehabilitation Act of 1973, as amended. It incorporates standards developed by the Architectural and Transportation Barriers Compliance Board (Access Board) in acquisition planning, market research, and describing age ncy needs and adds the requirement that acquisition of EIT supplies and services meet the Board accessibility standards at 36 CFR Part 1194. FAR 39.204 contains five exceptions to the EIT accessibility requirements; one of which, FAR 39.204c is for EIT a cquired by a contractor incidental to the contract. In this instance, the purpose of the contract is construction and the EIT equipment is an inconsequential portion of the contract specifications. Therefore, pursuant to FAR 39.204c the EIT purchased un der the subject solicitation and resultant contract is exempt from the Access Board standards at 36 CFR Part 1194. This procurement is being solicited as a competitive HubZone set-aside. The applicable NAICS Code is 237990 with a small business size stan dard of $28.5 million. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation , and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at http://www.nan.usace.army.mil. Click on the Red Box labeled Contract & Bid, go to Advertised Solicitations, click on s olicitation #W912DS-05-B-0007, then click on plans.pdf and specs.pdf to view the plans and specifications, respectively. Project specification files and dra wings are portable document files (PDF) and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the internet is the preferred method, however, CDs will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to USAED, NY. Solicitation documents for this construction effort will be available on or about 9 February 2005. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contra ctors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by c alling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00739760-W 20050127/050125212207 (fbodaily.com)
 
Source
FedBizOpps.gov 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.