Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

Z -- RENOVATE AREA FOR EMERGENCY OPERATION CENTER BUILDING 114 BASEMENT FORT HAMILTON, BROKLYN, NEW YORK.

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Hamilton, Directorate of Contracting, 111 Battery Avenue, Room 115, Brooklyn, NY 11252-5000
 
ZIP Code
11252
 
Solicitation Number
DABJ21-01-B-0003
 
Response Due
9/17/2003
 
Archive Date
11/16/2003
 
Point of Contact
KIM SHARPLESS, 718-630-4795
 
E-Mail Address
ACA, Fort Hamilton
(sharplessk@hamilton.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combine synopsis/solicitation for construction service prepared in accordance with Far 14.2. This announcement constitutes the only solicitation. Solicitation Number DABJ21-01-B-0003 applies and is used as a Request for Quotation. The Fort Hami lton Military Community is seeking source to provide all labor, equipment, tools, materials, supervision and other items to complete the renovation area for Emergency Operation Center, Building 114, Basement, Fort Hamilton, Brooklyn, New York. Demolition-T he contractor shall disconnect, remove and save to be reused later, all electrical light fixtures in all rooms and supporting hardware. The contractor shall remove all telephone line and equipment in all rooms on the demolition plan. Carpentry/Masonry-In rooms, 2,3,6 and 7(see carpentry/mason plan for locations) the contractor will supply and install 2’ x 2’ drop ceiling. This will include all tiles, grid and suspension systems. Electrical-In rooms, 2 and 3, of the electrical lighting plan; the contractor shall install IAW the lighting diagram supplied. The light fixtures will have 4 – 2-foot lamps of 2 us shaped bulbs. The contractor will install switches to control all lights by room IAW the supplied diagrams. Plumbing-The contractor wil l drop all existing sprinkler heads to the level of the new drop ceiling where ever they exist. A total of eight new concealed sprinkler heads complete with cover plate will be installed. Contractor shall perform clean up of job sight on a daily basis. There shall be no debris at all left on job site after COB every day. On Fridays the contractor will have the main hallway through the basement area absolutely clear of all construction materials. Item 0001-Renovate B224 Basement of building 114 Fort Ham ilton for new Emergency Operation Center. All work shall be in strict accordance with the applicable drawing and specifications and the terms and conditions required by the contract. A Firm Fixed Price award is contemplated. The completion period is 60 -days from the issuance of a notice to proceed. Estimated dollar value is from $200,000 to $240,000. This is a Small Business Set-Aside. Project is open to Small Business Only. The NAICS Code for this project is 236220, which is matched to SIC Code 154 2. To be a small business for this procuremedent a company’s annual average gross revenue the last 3 fiscal years cannot exceed $28.5 Million. The work shall be located at Building 114 Basement at Fort Hamilton Army Garrison, Brooklyn, New York. The exact location will be shown by the Contracting Officer Representative (COR). The project has six elements: Demolition, Install Mitsubishi City Multi System for EOC, Install Mitsubishi Outside Air Processing Unit, Install Carrier AHU, Install new exhaust system and Misc task to compete project. The provision at Section 00100-BIDDING SHEDULE/INSTRUCTIONS TO BIDDER -52.214-4, Amendments to Invitation For Bids; Far 52.214-4, False In Bids, Far 214-5, Submission to Prospective Bidders; Far 52.214-6, Explanati on to Prospective Bidders; Far 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids; Far 214-18, Preparation of Bids-Construction; Far 52.214-19; Far 228-1, Bid Guarantee; Far 52.228-14, Irrevocable Letter of Credit; Far 52.236-27, Site Visit (Construction); Far 28.101-2, Bonds; Section 00600-REPRESENTATION AND CERTIFICATION - Far 52.202-1, Definitions; Far 52.203-2, Certificate of Independent Price Determination; Far 52.203-11, Certification and Disclosure Regarding Payments to Influence Cert ain Federal Transactions; Far 52.204-3, Taxpayer Identification; Far 52.204-6, Data Universal Numbering Systems (DUNS) Number; Far 52.209-5, Certification Regarding Debarment, Suspension, Proposed Department, and Other Responsibility Matters; Far 52.219-1, Small Business Representation; Far 52.219-2, Equal Low Bids, Far 52.219-19, Small Business Concern Representation For the Small Business Competitiveness Demons tration Program; Far 52.219-21, Small Business Size Representation For Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program; Far 222-22, Previous Contracts and Compliance Reports; Far 52.223-13, Certification of Toxic Chemical Release Reporting; Far 525.209-7001, Disclosure of Ownership or Control By the Government Of a Terrorist Country; Far 252.247-7022, Representation of Extent of Transportation By Sea; Far 252.247-7023, Transportation of Supplies by Sea; SECTION 00 700-CONTRACT CLAUSES- Far 52.202-1 Alt 1, Definitions; Far 52.203-3, Gratuities; Far 52.203-5, Covenant Against Contingent Fees; Far 52.203-6, Restriction On Subcontractor Sales To The Government; Far 52.203-7, Anti-Kickback Procedure; Far 52.203-8; Cancel lation, Rescission, and Recovery of Funds for Illegal or Improper Activity; Far 52.203-10, Price Or Fee Adjustment For Illegal Or Improve Activity; Far 52.203-12, Limitation On Payments To Influence Certain Federal Transactions; Far 52.209-6, Protecting t he Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Department; Far 52.211-10, Commencement, Prosecution, and Completion of Work; Far 214-26, Audit and Records—Sealed Bidding; Far 52.214-27, Price Re duction for Defective Cost or Pricing Data-Modifications-Sealed Bidding; Far 52.214-28, Subcontracting Cost Or Pricing Data—Modifications—Sealed Bidding; Far 52.214-29, Order Of Precedence—Sealed Bidding; Far 214-34, Submission Of Offers In The English Language; Far 214-35, Submission of Offers In U.S. Currency; Far 52.219-6, Notice of Total Small Business Set-Aside; Far 219-14, Limitations On Subcontracting; Far 219-19-19, Small Business Concerns Representation For the Small Business Competi tiveness Demonstration Program; Far 52.222-1, Notice To The Government Of Labor Disputes; Far 52.222-3, Convict Labor, Far 52.222-4, Contract Work Hours and Safety standards Act – Overtime Compensation, Far 52.222-6, Davis Bacon Act; Far 52.222-7, Wi thholding of Funds, Far 52.222-9, Apprentice and Trainees, Far 52.222-10, Compliance with Copeland Act Requirements; Far 52.222-11, Subcontracts (Labor Standards), Far 52.222-12, Contract Termination-Department; Far 52.222-13, Compliance with Davis-Bacon a nd Related Act Regulations; Far 222-14, Disputes Concerning Labor Standards; Far 52.222-15, Certification of Eligibility; Far 222-21, Prohibition of Segregated Facilities; Far 222-22, Previous Contracts and Compliance Reports; Far 52.222-23, Notice of Requ irement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; Far 52.222-26, Equal Opportunity; Far 52.222-27, Affirmative Action Compliance Requirements for Construction; Far 52.222-30, Davis-Bacon Act—Price Adjustment(None or Separately Specified Method); Far 222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; Far 52.222-36, Affirmative Action For Workers With Disabilities; Far 223-3,Hazardous Material Identific ation And Material Safety Data; Far 223-5, Pollution Prevention and Right-to-know Information; Far 52.223-6, Drug Free Workplace; Far 52.223-13, Certification of Toxic Chemical Release Reporting; Far 52.223-14, Toxic Chemical Release Reporting; Far 52.225- 10, Notice of Buy American Act Requirement—Construction Materials; Far 52.225-13, Restrictions on Certain Foreign Purchases; Far 52.227-1, Authorization and Consent; Far 52.227-4, Patent Indemnity-Construction Contracts; Far 227-6, Royalty Information ; Far 52.228-2, Additional Bond Security; Far 52.228-5, Insurance-Work On A Government Installation; Far 52.228-11, Pledges Of Assets; Far 52.228-12, Prospective Subcontractor Requests for Bonds; Far 52.228-15, Performance and Payment Bonds—Constructi on; Far 52.229-3, Federal, State and Local Taxes; Far 52.232-5, Payments under Fixed-Price Construction Contracts; Far 52.232-17, Interest; Far 52.232-17, Avail ability of Funds; Far 52.232-23, Assignment Of Claims; Far 52.232-27, Prompt Payment for Construction Contracts; Far 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration; Far 52.233-1, Disputes; Far 52.233-3; Protest After Award; Far 52.236-2, Differing Site Conditions; Far 52.236-3, Site Investigation and Conditions Affecting the Work; Far 52.236-3, Site Investigation and Conditions Affecting the Work; Far 52.236-5, Material and Workmanship; Far 52.236-6, Superintendence by the Contractor; Far 52.236-7, Permits and Responsibilities; Far 52.236-8, Other Contracts; Far 52.236-8, Other Contracts; Far 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; Far 52.236-10, Operations and St orage Areas; Far 52.236-10, Operations and Storage Areas; Far 52.236-11, Use and Possession Prior to Completion; Far 52.236-12, Cleaning Up; Far 52.236-13, Accident Prevention; Far 52.236-14, Availability and Use of Utility Services; Far 52.236-15, Schedul es for Construction Contracts; Far 52.236-17, Layout of Work; Far 52.236-21 Alt I, Specifications and Drawing for Construction Alternate I; Fart 52.236-21 Alt II; Specifications an Drawing for Construction Alternate II; Far 52.236-26, Reconstruction Confer ence; Far 52.242.13, Bankruptcy; Far 52.242.14, Suspension of Work; Far 52.243-4; Changes; Far 52.246-12, Inspection of Construction; Far 52.249-2 Alt I, Termination for Convenience of the Government(Fixed Price)-Alternate I; Far 52.249-10, Default(Fixed-P rice Construction); Far 52.251-1, Government Supply Sources; Far 52.253-1,Government Supply Sources; Far 52.253-1, Computer Generated Forms; Far 252.223-7004, Drug Free Work Force; Far 252-223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardou s Materials; Far 252.225-7012, Preference For Certain Domestic Commodities; Far 252.225-7031, Secondary Arab Boycott Of Israel; Far 252.227-7033; Right in Shop Drawings; Far 252.236-7000, Modification Proposals-Price Breakdown; Far 252.236-7008, Contract P rices-Bidding Schedules; Far 252.242-7000, Post award Conference; Far 252.243-7001, Pricing Of Contract Modifications; Far 252.243-7002, Requests for Equitable Adjustment; Far 252.244-7000, Subcontractors for Commercial Items and Commercial Components(DOD Contracts), Far 52.211-3, Availability Of Specifications Not Listed In The GSA Index Of Federal Specifications, Standards and Commercial Item Descriptions; Far 52.211-4, Availability For Examination Of Specific Not Listed In The GSA Index Of Federal Specif ications, Standards and Commercial Item Descriptions; Far 52.233-2, Service Of Protest; Far 52.252-2, Clause Incorporated By Reference; Far 252.236-7001, Contract Drawing, Maps and Specification’s. SECTION 0800 WAGE RATES, GENERAL DECISION NY20030071 IS APPLICABLE. To be considered for award a small business must be registered in the Central Contractor Registration (see WWW.CCR.GOV). Requests for a solicitation package may be by U.S. Postal Service at Fort Hamilton Directorate of Contracting, ATTN: Hillary Gonzalez, 111 Battery Avenue, Bldg 111, Room 115, Brooklyn, New York, 11252, Telephone at 718-630-4794, Facsimile at (718) 630-4700, or email at gonzalezh@hamilton.army.mil. Solicitation Packages will be provided by First Class U.S. Postal mail. All bids shall be delivered to Building 111, Room 115 Conference Room, Fort Hamilton, and Brooklyn, New York 11252. Please be advised that Contractor vehicles and contractor employees POV will be searched if the appropriate passes/Decals are not display ed when entering Fort Hamilton Access Control Point, Gate on 101st Street. All vehicles including those with passes/decals are subject to random search at any time.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ21/DABJ21-01-B-0003/listing.html)
 
Place of Performance
Address: ACA, Fort Hamilton Directorate of Contracting, 111 Battery Avenue, Room 115 Brooklyn NY
Zip Code: 11252-5000
Country: US
 
Record
SN00426161-F 20030906/030904213928 (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.