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
SOURCES SOUGHT

Y -- Sources Sought for 8(a) Competitive Solicitation for the Construction of the Military Entrance Processing Station Niagara Falls, NY.

Notice Date
3/4/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-05-R
 
Response Due
4/12/2004
 
Archive Date
6/11/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Army Corps of Engineers, New York District is performing a market survey to determine if there is an adequate number of interested and qualified SBA certified 8(a) firms in New York and New Jersey (SBA, Region II) having the capability and b onding capacity for the following effort: Construction of the Military Entrance Processing Station (MEPS), Niagara Falls Joint Air Reserve Station, NY. The project consists of performing new construction of a single-story 24,645 SF building with supporting facilities. The project includes a reception area, offices, medical laboratory, dressing rooms, mailroom and communication closets. An intrusion detection system and energy monitoring and control system will be installed. Supporting facilities include uti lities; electric service; fire protection and alarm systems; paving, walks, curbs and gutters; parking; storm drainage and storm water detention; information systems; and other site improvements. Heating will be supplied by natural gas and a self-containe d unit will provide air conditioning. The building will be constructed using spread footings and reinforced concrete slabs on grade; exterior CMU load bearing walls with brick, split face CMU, stucco and cut stone veneers; interior structural steel columns and beams; concrete on metal deck system supported by steel joists for the attic flooring; and a sloped architectural textured asphalt shingle roof system on metal deck supported by structural steel members. Responses to this sources sought will be used b y the Government to make an appropriate procurement decision. If there is an adequate response from 8(a) firms this project will be proposed for an 8(a) competitive solicitation and award. If qualified 8(a) firms do not respond to this market survey the pr oject may be acquired under full and open competition. This project is planned for advertisement in November 2004 with award scheduled in February/March 2005. Contract duration is estimated at approximately 480 calendar days. The North American Industry Cl assification System (NAICS) code is 236220. The business size standard is $28.5 million. The estimated price range is between $5,000,000 and $10,000,000. Twenty percent (20%) of the work is to be self-performed. All interested 8(a) businesses should notify this office in writing by mail or fax by 12 April 2004, 10:00am local time. Responses should include: (1) Identification and verification of the company as an SBA certified 8(a) business; (2) Past Experience through the description of completed projects t hat are similar in size, scope and complexity to the proposed project, and the percentage and type of self-performed work; (3) Capability of obtaining performance and payment bonds for a project in the dollar amount (price) range listed above; and (4) A st atement verifying the contractor will perform 20% of the work and the type of work to be self-performed. Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: Scott Helmer, New York, NY, 10278-0090 or by f ax to (212) 264-3013. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms . Submittals will be used for market survey information only.
 
Place of Performance
Address: Niagara Falls Joint Air Reserve Station Ellicott Street Buffalo NY
Zip Code: 14203
Country: US
 
Record
SN00536741-W 20040306/040304223033 (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.