Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
MODIFICATION

Z -- Replace-Resurface Roadways, Hudson Valley Health Care System, FDR Campus, Montrose, New York

Notice Date
6/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-B-0013
 
Response Due
6/23/2009 11:59:00 PM
 
Archive Date
8/22/2009
 
Point of Contact
Emily M. Sheaffer, Phone: 2156566912
 
E-Mail Address
emily.m.sheaffer@usace.army.mil
(emily.m.sheaffer@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The site of work is located at Hudson Valley Health Care System, FDR Campus, Montrose, New York. All rules and regulations issued by the Hudson Valley Health Care System covering general safety, security, and sanitary requirements, etc., shall be observed by the Contractor. The Contractor shall furnish all labor, materials, equipment, and services (except those furnished by the Government) for the following work: Remove existing roadways (asphalt pavement and subbase) and sidewalks and construct new roadways (consisting asphalt pavement, geotextile fabric, subbase, and fill) and new sidewalks. Provide concrete work for: sidewalks, curbs, sign, planter and footing, police booth/building. Provide electrical work for: police booth/building, relocation of street lights, and underground telephone/data cabling. Provide new traffic control and new storm drain catch basins. Rebuilt existing storm drain catch basins; replace existing storm drain catch basin grates; provide erosion control; relocate large boulders, modify existing electrical manholes; mark out existing underground utilities and communication systems. This project also includes the following deductive items: 1. Deduct from Base Bid all work for Parking Lot P; 2. Deduct from Base Bid all work for Parking Lot J; 3. Deduct from Base Bid all work for Areas P4, P5, and Side Road 8; 4. Deduct from Base Bid all work for Area Side Road 14, Side Road 10, Side Road 9, and Side Road 13; 5. Deduct from Base Bid all work for Parking Lot K; 6. Deduct from Base Bid all work for Parking Lot M; 7. Deduct from Base Bid all work for Side Road 7; 8. Deduct from Base Bid all work for Main Road from Station 0+00 to Station 8+00 and Side Road 5A; 9. Deduct from Base Bid all work for Side Road 1 and Area PA8; 10. Deduct from Base Bid all work for Side Road 2; 11. Deduct from Base Bid all work for Side Road 3 and Area PA9; 12. Deduct from Base Bid all work for Area between Buildings 17, 18, 20 and 24. Solicitation Number W912BU-09-B-0013 will be issued on or about 20 May 2009 with a bid opening date of 23 June 2009. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. The NAICS Code for this project is 237310 (SIC 1629) with a size standard of $33.5 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications should be downloaded via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as 100% Service-Disabled Veteran-Owned Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-B-0013/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01852286-W 20090624/090622235717-8913b03675785df0bd280e80730671fe (fbodaily.com)
 
Source
FedBizOpps 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.