CUSTOMS AND BORDER PROTECTION GENERAL AVIATION FACILITY

Agency: The New York State Contract Reporter
State: New York
Type of Government: State & Local
Category:
  • V - Transportation, Travel and Relocation Services
  • Y - Construction of Structures and Facilities
Posted: Apr 3, 2024
Due: May 1, 2024
Publication URL: To access bid details, please log in.
Issue Date: 04/03/2024 Contract Number: RFB-2024-020
CUSTOMS AND BORDER PROTECTION GENERAL AVIATION FACILITY
Description:

This job is not subject to a PLA.

INVITATION TO BID

CUSTOMS AND BORDER PROTECTION GENERAL AVIATION FACILITY
Sealed bid Proposals for the above referenced project at the Greater Binghamton Airport will be accepted at the Broome County Department of Purchasing, Edwin L. Crawley County Office Building, 4th Floor, 60 Hawley Street, Binghamton, New York 13902-1766, until 2:00 P.M. local time on Wednesday, May 1, 2024.
Bids shall be publicly opened and read at 2:30 P.M., Wednesday, May 1, 2024, for the following:
Customs and Border Protection General Aviation Facility
Greater Binghamton Airport
County of Broome State of New York
NYSDOT MM Project ID#: 9MA503.30A
RFB 2024-020
This project is being funded in part by the New York State Department of Transportation.
Bids must be submitted in a SEALED envelope, clearly marked with the “Broome County Department of Purchasing”, project title, RFB #, project NYSDOT MM Project ID#, the bidder’s name, the bidder’s address, and the time and date of the opening of bids as specified above. Bids submitted by FedEx, UPS, or other parcel delivery service shall have the SEALED envelope containing the Bid Proposal placed inside the shipping carton. Each bid shall be submitted in duplicate (one original, one duplicate, and one electronic copy on USB drive).
PROJECT LOCATION: Greater Binghamton Airport, 2534 Airport Road, Johnson City, NY 13790
PROJECT DESCRIPTION: The project consists of the following:
• Construction of a new, single-story, 6,400 SF Customs and Border Protection Facility.
• Installation of required site work, including concrete foundations, fence, pavement, access roads and walkways, and grading and drainage improvements.
o Installation of the following:
o Partial fire protection sprinkler system.
o Plumbing utilities for the bathrooms, break rooms, and locker rooms, to include domestic cold and hot water supplies, and sanitary and vent piping for each plumbing fixture.
o Heating, ventilation, and air conditioning (HVAC) systems.
o Lighting (interior, exterior/site, and building mounted exterior), lighting control systems, site electric layout including power, lighting, and specialty systems directly adjacent to the building.
o Fire alarm system.
o Security systems including access control and video surveillance.
o Data distribution/structure cabling (including phone service and public address/call systems).
PROPOSAL SURETY: All bids must be accompanied by a Proposal Surety (Bid Bond or other instrument as described in the Instructions to Bidders) in the amount of five percent (5%) of the amount of the bid. Said deposit shall be made payable to the Broome County Director of Office of Management and
I-2 MJ / 18241.16
Budget and shall be considered a guarantee that the bidder will enter into the Contract with the County if it is awarded to them. The retention and disposal of such Surety shall conform with Article 5A, Section 105 of the General Municipal Law, as amended.
The successful contractor shall be required to execute the Contract and comply, in all respects, with Article 5A, Section 105 of the General Municipal Law, as amended.
PROJECT BID DOCUMENTS: Copies of the Contract Documents including Plans, Specifications, Proposals, and addendums (if issued) may be viewed and downloaded by registering with the Empire State Purchasing Group at https://www.bidnetdirect.com/new-york/broome-county. No hard copies of the plans and specifications will be provided. The Empire State Purchasing Group lists bids for over 170 municipal entities in New York State, and vendors / contractors can register for a free “search only” service, or for a matching service for a small annual fee. PLEASE NOTE THAT IT IS THE BIDDER’S RESPONSIBILITY TO OBTAIN ALL BID DOCUMENTS (INCLUDING ADDENDA) ON THE EMPIRE STATE PURCHASING GROUP WEBSITE.
BID PACKAGE: BID TABULATION SHEETS, BID BOND, OFFERER’S AFFIRMATION OF UNDERSTANDING, OFFERER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION, LOBBYING ACTIVITIES ON FEDERAL AID CONTRACTS, NON-COLLUSIVE BIDDING CERTIFICATIONS, DBE UTILIZATION GOAL FORM, CONTRACTOR'S QUALIFICATION STATEMENT, CONTRACTOR / SUBCONTRACTOR QUESTIONNAIRE, CONTRACTOR’S ELECTION LAW STATEMENT, CONTRACTOR’S GIFT STATEMENT, IRANIAN ENERGY DIVESTMENT CERTIFICATION, IRS W-9 FORM, AND BIDDERS CHECKLIST MUST BE SUBMITTED WITH EACH SIGNED PROPOSAL.
PREVAILING WAGE RATES: Prevailing wage rates shall be determined by the New York State Department of Labor and have been included in SP-8 of the contract documents. This project is not subject to a Project Labor Agreement (PLA).
MBE/WBE/SDVOB CONTRACT GOALS: For purposes of this solicitation, New York State has established construction goals of 9.0% for Minority-Owned Business Enterprises (MBE), 13.0% for Women-Owned Business Enterprises (WBE), and 6.0% for Service-Disabled Veteran-Owned Businesses (SDVOB). For further details, please refer to the Instructions to Bidders.
EQUAL EMPLOYMENT OPPORTUNITY (EEO) GOALS: The goals for minority and female participation, expressed in percentage terms for the contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:
Goals for minority participation for each trade: 1.1%
Goals for female participation for each trade: 6.9%
TECHNICAL / ADMINISTRATIVE QUESTIONS: From the time of advertising until the actual bid opening for this Contract, all prospective Bidders, Contractors, Subcontractors, and Suppliers shall direct all technical inquiries related to this project solely to Mr. Petros Papathomopoulos, PE, Senior Project Engineer, McFarland Johnson, Inc. at ppapathomopoulos@mjinc.com. Administrative questions may be directed to the Broome County Commissioner of Aviation, Mark Heefner at Mark.Heefner@broomecountyny.gov or (607) 763-4452.
The deadline for submitting inquiries related to this project is 5:00 p.m. local time on Monday, April 22, 2024.
I-3 MJ / 18241.16
SITE VISITS: Prior to submitting a Proposal, each bidder shall examine and thoroughly familiarize himself with all existing conditions, including all applicable laws, codes, ordinances, rules, and regulations that will affect his work. Bidders shall visit the site, examine the grounds and all existing buildings, utilities, and roads, and shall ascertain all conditions that will in any manner affect work. Bidders shall ask the Engineer, in writing, for any additional information deemed necessary for them to be fully informed as to exactly what is to be expected prior to submitting a Proposal. Bidders wishing to visit and examine the site shall contact and schedule their visit with Peter LoPiccolo, Deputy Commissioner of Aviation at peter.lopiccolo@broomecountyny.gov or (607) 763-1715. Secondary contact for site visits is Mark Heefner, Comissioner of Aviation, using the contact information above.
PRE-BID CONFERENCE: A Pre-Bid Conference will be held at the Greater Binghamton Airport Terminal Conference Room on Wednesday, April 10, 2024, at 10:00 a.m. All prospective bidders are highly encouraged to attend.
The Broome County Board of Acquisition and Contracts (BAC) reserves the right to reject any and all bid Proposals and to waive any informality in bid Proposals received.
Broome County Board of Acquisition and Contracts Michael Ponticiello, Chairperson Dated: April 3, 2024

Due Date: 05/01/2024 2:00 PM

Contract Term: TBD

Location: Greater Binghamton Airport

Ad Type: General

Technical contact: McFarland Johnson


Petros Papathomopoulos
PE, Senior Project Engineer
49 Court St.
Binghamton, NY 13901
United States
Ph: 607-723-9421
Fax:
ppapathomopoulos@mjinc.com
Primary Contact: Broome County
Aviation

Mark Heefner
Commissioner
2534 Airport Road, Box 16
Johnson City, NY 13790
United States
Ph: 607-778-4452
Fax:
mark.heefner@broomecountyny.gov
Secondary contact: Broome County
Purchasing

Carolyn Secor
Purchasing Agent
60 Hawley Street, 4th Floor
PO Box 1766
Binghamton, NY 13901
United States
Ph: 607-778-6504
Fax:
carolyn.secor@broomecountyny.gov
Secondary contact: Broome County
Purchasing

Carolyn Secor
Purchasing Agent
60 Hawley Street, 4th Floor
PO Box 1766
Binghamton, NY 13901
United States
Ph: 607-778-6504
Fax:
carolyn.secor@broomecountyny.gov
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Center (WTC) Maintenance Of Access Control Systems And Closed Circuit Television Systems (CCTV...

NY and NJ Port Authority

Bid Due: 5/10/2024

...: World Trade Center (WTC) Maintenance Of Access Control Systems And Closed Circuit ...

The New York State Contract Reporter

Bid Due: 5/10/2024

...ownership or regulatory controls, such as the ability to implement zoning and land ...

State Government of New York

Bid Due: 8/05/2024

.... Protection shall be installed at all areas of boom/crane access. Signed and ...

The New York State Contract Reporter

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.