|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596General Services Administration, Public Buildings Service (PBS),
Upstate Property Management Center (2PMC-U), James M. Hanley Federal
Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse,
NY, 13261-7005 Z -- BUILD A TRUCK LANE AT THE U.S. BORDER STATION, CHAMPLAIN, NY SOL
GS-02P-00-PWC-3026 DUE 062700 POC Joan Koeppe, Contract Specialist,
Phone (315) 448-0975, Fax (315) 448-0929, Email joan.koeppe@gsa.gov --
Mitchell Gasbarra, Contracting Team Leader, Phone (315) 448-0926, Fax
(315) 448-0929, Email WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-02P-00-PWC-3026&LocID=93. E-MAIL: Joan Koeppe, joan.koeppe@gsa.gov. This
announcement is for the procurement of a construction firm to provide
all supervision, labor, materials, and equipment required to build a
truck lane at the U.S. Border Station in Champlain, NY. The project
will consist of two (2) phases. In Phase one, the Contractor shall
furnish and install a truck parking lot 50 feet by 280 feet with a
concrete culvert extension. The area will consist of clean fill, 24
inches of crusher run, 3 inches blacktop binder and one inch of finish
coat. The area runs 5 feet depth to 2 feet and shall have a stone
headwall. Phase two will consist of a 400ft x 14ft x 10 inch reinforced
concrete roadway, a 550ft x 14 ft blacktop roadway and 950 feet of
blacktop shoulder with a cast in place concrete catch basin. Contractor
shall also extend the existing culvert to the cast in place catch
basin. Contractor shall remove ten (10) existing 30-foot aluminum
streetlights. Contractor shall remove approximately 6,000 square feet
of grass area with a number of small trees up to 8 inches in diameter
and furnish and install blacktop roadway. The approximate duration of
the contract is 75 days after notice to proceed. The successful
contractor shall be required to adhere to GSA security requirements as
set forth in the contract. Sealed bidding will be conducted on an
unrestricted basis pursuant to the Small Business Competitiveness
Demonstration Program. The solicitation will include a 10% price
evaluation preference for HUBZone small business concerns pursuant to
FAR 52.219-4; an additional 10% Price Evaluation Adjustment will be
available to small disadvantaged business concerns from the states of
CT, IA, KS, MA, ME, MN, MO, ND, NE, NH, RI, SD, VT. The estimated cost
range of the work is between $250,000 and $500,000. The Standard
Industrial Classification Code is 1611 and the small business size
standard for this project is $17.0 million. Bid Guarantee, Payment and
Performance Bonding is required. Estimated IFB release date is
tentatively scheduled for May 26, 2000. All responsible sources may
submit a bid which will be considered by the agency. Contractors are
requested to provide a street address as drawings and specifications
cannot be delivered to a post office box. Specification and detailed
requirements will be furnished with the solicitation by mail request or
electronic mail only. Mail all requests to the attention of Joan Koeppe
at the address listed herein. Posted 05/05/00 (D-SN451877). (0126) Loren Data Corp. http://www.ld.com (SYN# 0091 20000509\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|