Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596

General 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