Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS

Y -- WALLKILL RIVER EMERGENCY STREAMBANK RESTORATION PROJECT, NEW YORK

Notice Date
June 7, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
DACW51-01-B-0018
Response Due
July 24, 2001
Point of Contact
Geradl Gilliard-Contract Spcialist (212) 264-0242
Description
The US Army Corps of Engineers, New York intends to award a contract for Wallkill River, Emergency Streambank Restoration at Rosendale, New York. This is project is a 100%(percent) total Small Business Set-Aside. The applicable NAICS Code is 234990 with a small business size standard of $27.5 million. The SIC Code is 1629. The programmed amount for the work is between $1,000,000.00 and $5,000,000.00. Its implementation is subject to availability of funds. The work consists of furnishing all transportation,labor, plant and equipment, materials and supplies necessary to perform all work in strict accordance with the specifications and drawings issued under this solicitation, which would allow resortation of approximately 1,300 feet of a geotextile frabic covered by vegetated riprap, and repair of bitumious contrete road. The contract performance period is 180 days. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the official medium for the issuance of this project is the Web. 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://nan.usace.army.mil. (Go to contracting opportunities). Project specification files are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. It is the Bidder's responsibility to timely check the website to determine whether any solicitation provisions have been revised. No additional notice of amendments will be made. Plans and sspecifications may also be examined at USACE-NYD, 26 Federal Plaza, Room 1843, New York, New York 10278-0090 or at the USACE-NYD Metro Area Office, Area Engineer, USACOE, 1900 Hemstead Turnpike, Suite 316, East Meadow, New York 11554. The Government does not represent that the website will be available 24 hours a day, 7 days per week. Utilization of the Internet is the preferred method, however, CDs containing the information provided through the web-based solicitation 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 "FAO, USAED, NY". Solicitation documents will be available on or about 25 June 2001. Bid opening date will be 30 calendar days following the date the project is available on the Web. A registration page is attached to the web site, and ALL prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued. The official solicitation date is the date the solicitation is posted on the website. Bid opening will be held in room 1841 of 26 Federal Plaza, New York. A Small Business Subcontracting Plan is required for all large firms. 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, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from the SBA) that an offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE , and Women-Owned Small Business Concerns to participate in contract performance. In determining 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, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. The Corps of Engineers is responsible for effectively implementing the small business programs within its activities including achieving program goals and to ensure contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business program requirements. In line with the emphasis on this program, the Corps of Engineers, New York District is particularly desirous of increasing subcontracting opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. An offeror, as a prime contractor, is required to participate in this program by soliciting subcontractor bids from such firms. This office urges an offeror to take action to locate competent Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns for subcontracting opportunities in preparing a bid. Submission of an unfavorable plan may result in denial of award. An offeror can facilitate the identification of such firms through the Small Business Administration's (SBA) PRO-Net website address http://pro-net.sba.gov. PRO-Net is a virtual one-stop procurement shop, which is free of charge. In addition, an offeror can contact the local SBA 8(a) Business Development offices in New York and New Jersey at (212) 264-4313 and (973) 645-2530, respectively, for referrals to SBA's 8(a) certified Small Disadvantaged Business Concerns. Registration Requirements: DFARS 252.204-7004 "Required Central Contractor Registration" (CCR) applies to this procurement. Prospective contractors 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 calling 1-888-227-2423 or via the Internet at: http:// ccr2000.com.
Record
Loren Data Corp. 20010611/YSOL010.HTM (W-158 SN50O300)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on June 7, 2001 by Loren Data Corp. -- info@ld.com