Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

Y -- PY'02 New Modular Dormitory

Notice Date
10/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room S4203, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
IFB-04-DCS-02-JC
 
Response Due
12/10/2003
 
Archive Date
7/30/2004
 
Point of Contact
Monica Gloster, Contract Specialist, Phone (202) 693-3327, Fax (202) 693-2879,
 
E-Mail Address
gloster.monica@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The project consists of the construction in place of a new single story Modular Dormitory Building, approximately 7,212 square feet in size. The work includes site work, concrete and concrete masonry unit foundations, site constructed portions and modular building fabricated portions of the building including but not limited to, concrete slabs, wood and steel floor framing, wood wall framing, pre-engineered wood truss roof framing, asphalt shingle roofing, interior partitions, doors, windows, interior and exterior finishes, signage, plumbing , gas hot water heater and storage tank, electrical lighting fixtures and receptacles, telephone and other telecommunications outlets, electrical wiring and conduits, panel boards, fire alarm system, fire sprinkler system, and site utilities. The period of performance for completion of work is 257 calendar days, with substantial completion to be achieved within 227 calendar days, from Notice to Proceed. The total estimated cost range of construction is from $500,000 to $1,000,000. Plans and specifications will be available on November 3, 2003, ONLY from the office of Architect/Engineer firm Richard Matsunaga and Associates Architects, Inc. Contact Herb Leong at (808) 591-1818 for additional information. Collect calls WILL NOT BE ACCEPTED. It is emphasized that requests for plans and specifications should be directed to the A/E firm listed above to ensure proper handling of requests. Requests must be submitted in writing and a $100.00 refundable bid-deposit for each package is required. This bid-deposit must be in the form of a certified check, cashiers check, or money-order made payable to the U.S. Department of Labor, and submitted to the A/E firm at the time of request. Please provide your EIN Number (Tax ID Number) on each check or money order to ensure the refunding of your deposit. One (1) complete set of plans and specifications will be made available for pick up at the A/E?s office, or may be arranged for delivery at an additional charge. Any additional shipping and/or handling charges must be pre-paid and COD requests will not be accepted. Facsimile requests will not be accepted. Requests must be in writing and will be answered on a first-come, first-serve basis until the initial supply is exhausted. For additional sets requested from interested parties subject to bid-deposit requirements, or for requests made after the initial actual cost of reproduction of the IFB documents, a non-refundable fee not to exceed the actual cost of reproduction of the IFB documents, plus a shipping charge based on each individual request (if applicable) will be required in order to obtain the IFB documents. Plans and specifications, and any addenda, will also be available at several plan rooms for use by interested subcontractors and suppliers. The locations of the plan rooms and prospective bidders? list will be available from the A/E following the Pre-Bid walk-thru. A Pre-Bid walk-thru is scheduled for November 19, 2003 at 9:30 AM (Local Time) at the project site. This will be the only opportunity to review the job site prior to submission of bids. The Bid-Opening is scheduled for December 10, 2003 at 2:00 PM (Local Time), at the A/E?s office. This is a 100% Small Business Set-Aside Acquisition. The North American Industry Classification System code for this acquisition is 236220, (Commercial and Institutional Building Construction). The Small Business Size Standard is $28.5 million. HUB-Zone, small disabled veterans, women-owned, small disadvantaged businesses, 8(a) businesses and small businesses are encouraged to apply. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding Hub-Zone certification can be found at http://www.sba.gov. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATA BASE BEFORE DECEMBER 31, 2003. Information regarding registration can be found at http://www.ccr.gov.
 
Place of Performance
Address: 41-467 Hihimanu Street, Waimanalo, Hawaii
Zip Code: 96795
Country: US
 
Record
SN00454638-W 20031022/031020213243 (fbodaily.com)
 
Source
FedBizOpps.gov 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.