Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

Y -- Replace Leach Field at the Land Port of Entry Massena, NY - Solicitation Documents

Notice Date
7/18/2017
 
Notice Type
Cancellation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R2 Acquisition Management Division Upstate New York Unit (47PC11), 100 South Clinton Street, Syracuse, New York, 13261, United States
 
ZIP Code
13261
 
Solicitation Number
GS-02P-17-PW-C-0005
 
Point of Contact
Contracting Officer, Phone: 315-448-0922
 
E-Mail Address
charles.ferro@gsa.gov
(charles.ferro@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: REPLACE LEACH FIELDS AT U.S. LAND PORT OF ENTRY - MASSENA, NY Solicitation Number: GS-02P-17-PW-C-0005 Synopsis: The project consists of replacing two leach fields at the U.S. Land Port of Entry, Route 37 & Seaway International Bridge, Massena, NY 13662. The two leach fields are both approximately 37.5' wide by 202' long. Under this project, the Contractor will be required to install and remove a temporary construction fence around the two leach fields, locate underground utilizes in vicinity of leach fields, excavate and dispose of the existing leach field materials; prepare the subgrade for installation of geotextile materials and leach field distribution boxes; provide testing surfaces to ensure the existing subgrade materials are properly compacted, replace the leach field distribution boxes, install stone filter materials and leach field distribution piping and accessories; provide survey services to confirm that leach field distribution boxes, subgrade surfaces, and leach field distribution piping are at proper grades; remove and dispose of the septic waste during the leach field construction, test leach field operation, provide a video survey of the leach field distribution piping after installation, provide topsoil, fine grade topsoil, and restore lawn surfaces. The Contractor shall provide all labor, material, equipment, tools, management, and supervision. Exact work description is identified and indicated in the Contract Documents. Products to be used are specified within the drawings and individual Specification Sections. The contractor shall comply with the project's design specifications and drawings. The work will be constructed under a single prime contract. 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 $250,000.00 and $500,000. The appropriate NAICS Code is 237110, with a size standard of $36.5 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 small business concerns. Offers from large business concerns will not be considered by the agency. The required construction completion date is approximately 120 days commencing one day after Notice to Proceed, with a possibility of winter exclusion which will depend upon the award date. The tentative solicitation release date is no earlier than 15 days after posting of this notice in FedBizOpps. To insure that you receive all information regarding this solicitation, be sure to register to receive updates at www.fbo.gov. The solicitation (specifications, clauses and provisions, and bid forms) will only be available electronically on the FBO website. www.fbo.gov 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. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. The point of contact for this synopsis is Charles Ferro, Contract Specialist, 315-448-0922, charles.ferro@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3a069738396b873153fed343bdb1027)
 
Place of Performance
Address: Land Port of Entry, Massena, NY, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04584554-W 20170720/170718235446-f3a069738396b873153fed343bdb1027 (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.