Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
MODIFICATION

Y -- Champlain LPOE Security Upgrades - Solicitation 1

Notice Date
1/20/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Acquisition Unit (2POA-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, New York, 13261-7005
 
ZIP Code
13261-7005
 
Solicitation Number
GS-02P-11-PW-C-0009
 
Point of Contact
David G. Bullard, Phone: 315-448-0930, Charles Ferro, Phone: 315-448-0922
 
E-Mail Address
david.bullard@gsa.gov, charles.ferro@gsa.gov
(david.bullard@gsa.gov, charles.ferro@gsa.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Documant Security Notice Wage Determination Statement of Work Solicitation Title: Champlain Land Port of Entry Security Upgrades and Small Construction Projects, Champlain, NY SOLICITATION NUMBER: GS02P-11-PW-C-0009 Synopsis: The Customs and Border Protection (CBP) proposes to execute a Repair and Alteration (R&A) project consisting of the installation of 22 single, hinged swinging gates and two (2) sets of double swinging gates located at all inbound commercial and POV vehicle inspection lanes, and outbound / export lanes, as indicated on the attached drawings, as well as various interior tenant improvements within the Main Administration Building (NY0390CB) at the Champlain Land Port of Entry, located in Champlain, NY. The purpose of this work is to provide improvements to the facility in order to facilitate the safe and efficient processing of vehicles, passengers and pedestrians returning from Canada into the United States. The subject building was completed under GSA's Design Excellence Program in 2008. It features steel frame construction, rubber "dot" pattern floor tile over concrete floors, exposed 10" x 10" steel "I-Section" columns, custom acr.ylic and steel frame demising panels within the inspection area, which is open to the exposed structure above. Offices beyond the inspection area are standard drywall construction with suspended acoustical tile ceilings. The proposed interior area of disturbance for this project is within the "medium secondary" inspection area, and is approximately 1,500 square feet. In accordance with FAR 14.408-1, award will be made as a firm fixed price sealed bid construction contract to a responsible bidder whose bid, conforms to the invitation, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. The magnitude of this construction project is estimated between $250.000 and $500,000. The appropriate NAICS Code is 236220, Commercial and Institutional Building Contractors with a size standard of $37.5 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. The procurement is 100% set-aside for HUBZone small business concerns. Offers from other than HUBZone small business concerns will not be considered by the agency. The required construction completion date is approximately 180 days commencing one day after contract award. The solicitation (specifications, clauses and provisions, and bid forms) will only be available electronically on the FedBizOpps website. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition data. Potential bidders must register with FedBizOpps in order to have access to the solicitation material. Registration includes, providing your Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information visit FedBizOpps website, www.fedbizopps.gov, or the CCR website at www.CCR.gov. Additionally, any vendor submitting a bid is required by the FAR to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the FAR required representations and certifications previously found in Solicitations. With ORCA vendors now have the ability to enter and maintain their representation and certification information, at their convenience, via the Internet at http://orca.bpn.gov. Vendors will need to review and/or update the ORCA record when changes are necessary; annually to maintain an active status. Once the request for the solicitation has been accepted, one e-mail will be send to the e-mail address provided. To review drawings, please complete the attached document security notice and e-mail or fax to 315-448-0968 The points of contact for this synopsis are: David Bullard, Contract Specialist, 315-448-0930, david.bullard@gsa.gov Charles Ferro, Contracting Officer, 315-448-0922, charles.ferro@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCU1/GS-02P-11-PW-C-0009/listing.html)
 
Place of Performance
Address: Champlain Land Port of Entry, 237 West Service Road, Champlain, NY, Champlain, New York, 12919, United States
Zip Code: 12919
 
Record
SN02363621-W 20110122/110120234617-e87fb81a4f93479ed6f68413b2ea9337 (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.