Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

Y -- Replacement of 60 PSI Steam Lines and Plumbing Urgrades, Building 1, Stratton VA Medical Center, Albany, NY.

Notice Date
6/23/2010
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-B-0009
 
Response Due
8/6/2010
 
Archive Date
10/5/2010
 
Point of Contact
anne.spiegelberg, 212-264-9003
 
E-Mail Address
USACE District, New York
(anne.spiegelberg@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform Replacement of 60 psi Steam Lines including the Removal of Asbestos Insulation and Piping for the 60 psi Steam Lines for the Stratton VA. Medical Center, Albany, New York. This design-bid-build project will provide for the replacement of 60 Psi steam lines and plumbing upgrades in Building 1 at the Stratton VA Medical Center, Albany, NY. The first objective of this project is the replacement of the drain, waste, vent piping and asbestos abatement and re insulation of the domestic water line risers. The second objective is the removal of asbestos insulation and piping (supply & condensate) and installation of new in kind piping for the 60 Psi steam lines. The work to be performed for the above project includes, but is not limited to, the following: Select removal, repair and restoration of existing wall systems for accessing of plumbing and steam systems as noted on drawings, Abatement of suspected asbestos containing materials including existing pipe insulation, Construction of Asbestos and infection control barriers from finish floor to underside of deck above in locations as noted on drawings. Follow infection control procedures as per the Infection Control Risk Assessment for each area, Riser removal of old cast D,W,V piping and fittings and installation of new Schedule 80 PVC piping and insulation, Removal of Asbestos insulation from domestic Hot, Cold and Recirculation risers and installation of new Non ACM insulation as noted on drawings, Patch, paint and restore all areas damaged/affected from the work to match existing finishes, and Clean all areas within the Infection control barriers after completion of work and prior to removal of Infection control barriers. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Syracuse District Office, Buffalo District Office, New York District Office, Pittsburgh District Office, Philadelphia District Office, Connecticut District Office, New Jersey District Office, Massachusetts District Office and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him the notice to proceed, to prosecute said work diligently and to complete the basic work ready for use not later than 365 calendar days after the receipt by him of the notice to proceed. The work is estimated to cost between $5,000,000.00 and $10,000,000.00. Plans/Specs for the subject project would be available on or about July 07,2010 with bid opening on or about Aug 06,2010. Liquidated Damages - $1,672.00 per calendar day of delay until all work under the contract are accepted. This project is being solicited as a competitive 8(a) procurement. The applicable NAICS code is 238220 with a size standard of $14 million. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in room 1841. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at www.fedbizopps.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and www.fedbizopps.gov. Business opportunities can be located on www.fedbizopps.gov or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be automated email notification of amendments. To keep informed of changes check www.fedbizopps.gov frequently. Contractors are encouraged to use the following tools: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors download Solicitations, Plans, Specifications and Amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedBizOps. Utilization of the Internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver to P.O. Boxes), telephone number and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY. DFARS 252.204-7004. Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an bidder ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. ACASS Requirements: CPARS - The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. ACASS is a web-enabled application that supports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Reporting System (CPARS) website at http://cpars.navy.mil/. To access reference material, training information, and a practice session, click on ACASS underneath Web Applications on the weblink listed above. Point of Contact is Anne Spiegelberg, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8083. Fax: (212) 264-3013 or via email anne.spiegelberg@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-B-0009/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02186486-W 20100625/100623235521-18381f6bfcca6c2e3cfef57f95f8201e (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  © 1994-2020, Loren Data Corp.