Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

Z -- Repair Roof Base Supply, Building 904

Notice Date
6/24/2010
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-10-B-0001
 
Archive Date
7/24/2010
 
Point of Contact
Mark R Walsh, Phone: 518-786-4986
 
E-Mail Address
mark.r.walsh@us.army.mil
(mark.r.walsh@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The USPFO for New York intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the project entitled Repair Roof Base Supply, Building 904 at the 107th Airlift Wing NYANG, Niagara Falls International Airport, Niagara Falls. Project consists of replacing the existing flat roof over the original 1953 warehouse with a new 22,400 SF gable roof constructed of structural steel beams, Z-purlins and a standing seam metal roof. In addition, the 10,000 SF warehouse addition constructed in 1992 will receive a new standing seam metal roof. In conjunction with the roof replacement a new lightening protection system, new gutters, downspouts and proper OHSA safety tie-down hooks will be provided. The newly created space between the old flat roof and new gable roof will be vented and all existing roof penetration shall be extended to the proper elevation above the new roofline. The dollar magnitude of the project is between $500,000 and $1,000,000. The type of contract is firm fixed-price. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the bid. Construction/contract completion time is anticipated to take approximate 180 after receipt of notice to proceed. The North American Industry Classification System (NAICS) code for this work is 238160. The small business size standard is $14.0 million average annual revenue for the previous three years. This project is set aside for competition among Hubzone certified firms per FAR 19. 13. The tentative date for issuing the solicitation is on-or-about July 9, 2010. The tentative date for the pre-bid site visit is July 22, 2010, at 10:00 a.m. local time at the 107th ARW Air Base. The actual date and time for this meeting will be provide in the Initiation for Bid Document. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. The solicitation closing date is scheduled for on-or-about August 10, 2010. Actual dates and times will be identified in the solicitation. Performance, payment and bid bonds are required by this solicitation. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information to include the project plans and specifications will be available from the Federal Business Opportunities website www.fbo.gov. All contractors and subcontractors interested in this project must register as an interested vendor at this site. DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page www.fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is the 107th Airlift Wing NYANG, Niagara Falls International Airport, Niagara Falls, NY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30/W912PQ-10-B-0001/listing.html)
 
Place of Performance
Address: 107th Airlift Wing NYANG, 2565 Johnson St., Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN02188080-W 20100626/100624235834-8985d07f6a19765dc117301b4a805049 (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.