Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

Z -- Repair Aircraft Parking Apron

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-04-B-0003
 
Response Due
4/20/2004
 
Archive Date
6/19/2004
 
Point of Contact
Mark R. Walsh, 518-786-4986
 
E-Mail Address
Email your questions to USPFO for New York
(Mark.Walsh@ny.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contractor shall provide all material, labor, equipment, and supervision required to repair the existing aircraft parking apron at the Stratton Air National Guard Base, Schenectady County Airport, New York in accordance with the project plans and specifications. The repair will include the demolition and the installation of 44,130 square yards (SY) of concrete pavement and 7,380 SY of asphalt paved shoulders. The new ramp must be capable of supporting C-130 operations at the Stratton Air Nationa l Guard Base and other DOD aircraft requirements. All applicable aircraft clearances and security issues will be observed during the construction. Insure applicable environmental regulations are observed and addressed during the ramp repair. The constru ction will include site work, demolishing existing substandard pavement (pavement to be remove off base), new pavements, surface and subsurface drainage, pavement joint sealants, airfield markings, static grounding and tie down points, pavement markings, s ealing to match existing apron areas, asphalt apron shoulder and grading and seeding edges. Concrete pavement will meet the rigid Air National Guard standards for mix design and installation. A pre bid meeting will provide details on the pavement design and installation process. Cointractors will be under clase scrutiny and testing requirments during the construction. Pavement that does not meet the specification or pass field testing will be removed and replaced by the contractor at their expense. The project will be performed in two distinct phases and must be completed within one calendar year. During the repair project there will be active aircraft operation around the project location. The Government will provide haul routes and staging areas with in the boundaries of the Stratton Air National Guard Base. The contractor will control the movement in and out of the project area and will prevent foreign debris from entering the active apron. The construction progress schedule and all other associated elements will be closely coordinated withe the Base Civil Engineer. The dollar magnitude of the project is estimated at between $5,000,000 and $10,000,000. The solicitation is unrestricted, all responsible parties may submit a bid which will be considered. As this procurement is unrestricted, the Small Business Competiti veness Demonstration Act applies and the solicitiation will include FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. The NAICS Code for this procurement is 237310, with a small business size standard of $28,5 00,000. If a large business is determined to be the low bidder, a Small Business Subcontracting Plan will be required. The projected issue date for plans and sepcifications is on or around March 18, 2003, with a bid opening date of on or around 20 April 2004 at 1:30 PM local time. An organized site visit is tentatively scheduled for April 1, 2004 at 9:00 AM, all interested parties should report to Building 25 located at the site. Anyone wishing to attend the pre bid meeting should contact LTC Richard Ed wards at (518)344-2480, or via e-mail to Richard.Edwards@nyscot.ang.af.mil. Plans and specifications may be ordered by written request to USPFO-NY, ATTN: MNPF-PC, 330 Old Niskayuna Rd., Latham, NY 12110-2224. Bidders are required to include the full firm name, street address, telephone and fax number, along with a point of contact and valid e-mail address. Each request for plans and specifications must be accompanied by a certified check, bank draft, or money order payable to the U.S. Treasury. Uncerifi ed company checks will not be accepted and returned without action.
 
Place of Performance
Address: 109th Airlift Wing NYANG 1 ANG Road Scotia NY
Zip Code: 12302-9752
Country: US
 
Record
SN00536678-W 20040306/040304222835 (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  © 1994-2020, Loren Data Corp.