Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
MODIFICATION

Z -- DOCK & BULKHEAD RENOVATION - PANAMA CITY, FLORIDA

Notice Date
5/24/2005
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-05-RP-1077JAA
 
Response Due
5/19/2005
 
Archive Date
6/3/2005
 
Point of Contact
Jane Allen, Contract Specialist , Phone 816-426-7267, Fax 816-426-7530, - William Becker, Supervisory Contract Specialist , Phone (816) 426-6823, Fax (816) 426-7530,
 
E-Mail Address
jane.a.allen@noaa.gov, william.j.becker@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS MODIFICATION IS BEING ISSUED TO CORRECT AN ERROR NOTED IN MODIFICATION NO. 1. ===================================================================================================== THE RESPONSE DATE WAS INADVERTENTLY CHANGED FROM APRIL 9, 2005 (THE ATE SHOWN ON THE ORIGINAL SYNOPSIS) TO JUNE 10, 2005. THE CORRECT RESPONSE DATE SHOULD READ "MAY 19, 2005". The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) intends to procure services to provide the Renovation of the Dock and Bulkhead at the National Marine Fisheries Service (NMFS)-Panama City Laboratory in Panama City, Florida. The contractor shall provide all labor, submittals, supervision, equipment, tools, testing devices, materials and material handling, security and accountability, each and every item of expense necessary for demolition, supply, fabrication, erection, installation and renovation of the work that generally includes, but is not limited to, the following: concrete repairs on the timber pier; boathouse framing; concrete dock; splash walls; bulkhead; timber pier deck replacement and installation of new timber railing; installation of new timber railing for the concrete dock; removal and replacement of selected areas of concrete pavement (including associated earthwork); localized earthwork behind splash walls; and the addition of a new steel railing at the mezzanine storage area in the boathouse. In addition to the base requirement for the Renovation of the Dock and Bulkhead, there are two additives. The two additives are as follows: (1) Testing, removal and replacement of the existing boathouse roof, and (2) Installation of an automatic boatlift system in the existing boathouse. The Government intends to award a contract following evaluation of the technical performance criteria and price. The following technical performance criteria will be used in evaluating the proposals: (1) Past Performance and (2) Experience with Similar Types of Construction. Price is slightly more important than the combined weight of technical and performance criteria. This is a 100% small business set aside. The NAICS code is 237990 and the small business size standard is a maximum of $28,500,000 annual average gross revenue taken for the last 3 fiscal years. The size of project is between $250,000 and $500,000. The completion time for this project is 180 calendar days after receipt of Notice to Proceed. It is anticipated that the specifications and solicitation package will be available on or about Tuesday, March 8, 2005. Offers are estimated to be due on Friday, April 8, 2005. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Firms interested in receiving a copy of the RFP shall submit a request in writing to the attention of Jane Allen via e-mail at jane.a.allen@noaa.gov or facsimile at 816-426-5067. Reference should be made to the RFP number WC133F-05-RP-1077JAA. Requests must include company name; address; phone number; fax number, and e-mail address. The solicitation, drawings and specifications will be distributed electronically. All sources submitting a written request for the solicitation will be notified when the solicitation documents are available along with instructions on how to obtain them. Hard copies of the solicitation, drawings and specifications will not be available. All responsible sources may submit an offer that will be considered by the agency.
 
Place of Performance
Address: U.S. Department of Commerce/NOAA, National Marine Fisheries Service, SEFSC, Panama City Laboratory, 3500 Delwood Beach Road, Panama City, FL
Zip Code: 32408
Country: USA
 
Record
SN00814266-W 20050526/050524211721 (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.