Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

Y -- Construction of FY03 Consolidated Flightline Operations Facility, McGuire Air Force Base, Wrightstown, New Jersey

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACA51-03-B-0023
 
Response Due
9/23/2003
 
Archive Date
11/22/2003
 
Point of Contact
Gerald Gilliard, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(gilliard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The New York District is seeking to secure a firm fixed-price contract for the construction of a new Consolidated Flightline Operations Facility, at McGuire AFB, New Jersey. This is a solicitation for the construction work necessary to construct a new faci lity that will internally consist of a C-17 Squadron Operation/Aircraft Maintenance Unit Facility, and a new C-17 Life Support/Survival Equipment Shop facility in a single structure totaling approximately 7,768SM. This facility will house the operations o f both these mission groups. The project work also includes the development of the C-17 Campus area. The limits of this work, which encompasses the site of the new Consolidated Flightline Operations Facility includes the construction of parking areas, wal kways, replacement of existing overhead and above ground utility system (HTHW, communications and electric services) with new direct buried systems, installation of curbs, gutters, storm drainage, new parking lot lighting, site amenities (break areas, benc hes, etc.), alignment of road construction, and limits of construction work and landscaping for the entire campus area. The construction includes a structural steel frame building, metal roof, brick facade, and reinforced concrete foundation, interior fini shes, all supporting utilities and systems such as domestic water supply, sanitary sewers, and fire protection and detection systems. The Bid Opening Date is on or about 23 September 2003 at 10:00 a.m. in Room 1843, USACE, 26 Federal Plaza, New York, New Y ork. The SIC code for this acquisition is SIC 1541 and the NAICS CODE 236220. This acquisition is UNRESTRICTED. The small business size standard is no more than 28.5 million in gross revenues per year as averaged over the last three years. If a large busi ness intends to submit a bid, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Estimated value of the entire project is more than $10,000,000. Completion date is approximately 540 calendar days from the issuance of the Notice To Proceed. Firms interested in bidding on this project are requested to affirm their interest by submission of a letter of interest to the following address: New York District U.S. Army Corps of Engineers, 26 Federal plaza, Room 1843, New York, Ne w York 10278, Attn. Mr. Gerald Gilliard. Parties requesting the CD documents must do so in writing, stating the solicitation number, project name. Complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number s (including area codes). The cost of the CD is $10.00 which includes all amendments thereto. A site visit will be conducted on 4 September 2003 at 10:00 A.M. EST. on McGuire Air Force Base, New Jersey. P.O.C. for the site visit is Ms. Dani Miller at 60 9-754-8141. Attention is directed to DFARS Clause 252.204-7004, Required Central Contractor Registration (CCR). Effective 1 June 98 contractors must have registered in the CCR database. Lack of registration in the CCR may make an bidder ineligible for awar d. Bidders must affirm, prior to award of the contract, that it is registered. If not already registered, on-line instructions and registration are available by visiting the website at http://www.ccr.gov. The Corps of Engineers (COE) is responsible for ef fectively implementing the small business programs within its activities, including achieving program goals, and ensuring that contracting and technical personnel maintain knowledge of Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Sm all Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program requirements, and taking all reasonable actions to increase participation in its small business activities. In line with the emphasis on this program, the COE, New York District is particularly desirous of increasing subcontracting opportunities for Small, Veteran-Owned Small Business; Service-Disabled; Veteran-O wned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Business program concerns. You, as a prime contractor, are required to participate in this program by soliciting subontractor bids from such firms. In addition to l ocating simply small business sources, you are encouraged to take action to locate competent Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Business and Small Disadvantaged, and Women-Owned Small Busines s program concerns for your subcontracting opportunities in preparing your offer. You are further urged 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 Enter prise Development (MED) staff to obtain SBA certified listing of socially and economically disadvantaged business concerns in t he vicinity in which the work is to be performed. Therefore, the following instructions and provisions apply to this solicitatio n: The successful bidder, if a large business, must submit a subcontracting plan within five (5) working days of notification of selection. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from SBA) that the bidder(s) subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zo ne Small Business and Small Disadvantaged, and Women-Owned Small Business program 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 an bidder(s) past performance with respect to the bidder(s) having awarded subcontracts for the same or similar products or services to Small, Veteran-Owned Small Business; Service-Disabled; Veteran-Owned Small Business; Hub-zone Small Busine ss and Small Disadvantaged, and Women-Owned Small Business program concerns. In order to make this evaluation, the bidder is required to submit its past SF 294 (Subcontracting Report For Individual Contracts) and SF 295 (Summary Subcontract Report) forms along with its offer. Subcontracting plans will be evaluated to ensure compliance with solicitation requirements and the public law. PRIOR to award, the successful bidder will be required to discuss its subcontracting plan with the Small And Disadvantaged Business Utilization Specialist (SADBUS), the Contracting Officer, the Source Selection Authority and the SBA. FAR 19.706, Responsibilities Of The Cognizant Administrative Contracting Officer, at subsection (b) states that If the contractor does not comp ly in good faith with the subcontracting plan, the administrative contracting officer shall, upon contract completion, make appropriate recommendations that contracting officers may use for future contracts. Therefore, a determination by the contracting o fficer, during or after completion of the project, that the contractor did not implement its plan in good faith may result in adverse recommendations with regard to the contractors future contract opportunities. In addition, FAR 52.219-16, Liquidated Dama ges - Subcontracting Plan, failure to fully implement the plan during the life of the project may result in the assessment of liquidated damages. Direct contracting questions to the Contract Specialist, point of contact for this acquisition is Mr. Gerald G illiard, telephone (212) 264-0154, or facsimile (212) 264-3013 and technical questions to the technical point of contact for this acquisition who is Mr. Robert Philbrick, telephone (212) 264-9102, or facsimile (212) 264-6494.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00396313-W 20030810/030808213830 (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.