Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
MODIFICATION

Y -- Phase II: - Dormitory A ONLY of PY '02 Two New Dormitories Project

Notice Date
3/18/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
DOL051RB20036
 
Response Due
4/1/2005
 
Point of Contact
Yolanda Minor, Contract Specialist, Phone (202) 693-3311, Fax (202) 693-2965, - Brenda Williams, Contract Specialist, Phone (202) 693-3329, Fax (202) 693-2879,
 
E-Mail Address
minor.yolanda@dol.gov, bbwilliams@doleta.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The work to be performed involves the construction of a new 43,788 square foot, three story dormitory building at the Red Rock Job Corps Center located in Lopez, Pennsylvania. The site work includes new utility extensions and upgrades, infrastructure improvements, and building excavation. The new ADA compliant dormitory construction shall consist of reinforced concrete foundation walls and footings, steel frame support structure, concrete slab on grade for lower level, concrete slab on metal deck for upper floors, metal attic and roof deck on structural steel support, architectural precast concrete exterior, metal stud exterior and interior walls, standing seam metal roof, and aluminum storefront and reinforced curtainwall window systems. Interior finishes include painted gypsum walls, ceramic tile wainscot in bath/toilet areas, vinyl and ceramic tile floors, vinyl and ceramic tile base, rated and non-rated suspended gypsum board ceiling. Complete smoke and fire detection, fire alarm/visual/audio emergency system, emergency lighting and sprinkler systems are incorporated into the building. New electrical, plumbing, telecom, heating and cooling systems are part of this contract. In addition, the work will also include the demolition of two dormitory buildings, site renovation and general landscaping. Begin performance within 14 calendar days from receipt of notice to proceed and complete it within 282 calendar days. Substantial completion shall be within 247 calendar days. The estimated cost range is from $5,000,000.00 to $10,000,000.00. Plans and specifications will be available on April 1, 2005, ONLY from the firm of BBIX, LLC, 67 Public Square, Suite 510, Wilkes-Barre, PA 18701. Contact Mr. Eugene Romaldini at (570) 822-6080 OR Mr. Allen Shafii at (617) 951-2700 for additional information regarding this project. Collect calls will not be accepted. It is emphasized that requests for plans and specifications MUST be in writing and a $500 bid-deposit is required for each set, which is refundable when plans and specifications are returned in good condition as determined by the Government . This bid deposit must be in the form of a certified check, cashier’s check, or money order made payable to the U.S. Department of Labor and submitted to the A/E firm named above at the time of request to ensure proper handling. Please provide your EIN number (Tax ID number) on each check and/or money order. Failure to do so may result in your deposit not being refunded. Requests subject to the stated bid deposit amount will be limited to the issuance of one (1) complete set per request from any interested party. 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 charges must be pre-paid and COD requests will not be accepted. All requests 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 supply is exhausted, a non-refundable fee not to exceed the actual cost of reproduction of the IFB documents, (to be determined by the Contracting Officer) plus a shipping charge based on each individual request (if applicable), will be required in order to obtain the IFB documents. A Pre-Bid Walk-through is scheduled for April 15, 2005, at 10:00 a.m. local time at the project site. This will be the only opportunity to visit the job site prior to submission of bids. The Bid Opening Date is scheduled for May 10, 2005, at 2:00 p.m. local time at the A/E’s office mentioned above. The North American Industry Classification System (NAICS) code is 236220, “Commercial and Institutional Building Construction”. The Small Business Size Standard is $28.5 million. This is a 100% Small Business Set-Aside acquisition. “HUB-Zone, small disabled veterans, woman-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.” Bidders desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing no later than ten (10) calendar days before the bid opening. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders unable to comply within the ten (10) calendar day requirement should bid the contract according to your best interpretation of the plans, specifications, and amendments. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at http://www.ccr.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JAN-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOL/ETA/WashingtonDC/DOL051RB20036/listing.html)
 
Place of Performance
Address: P.O. BOX 218 ROUTE 487 NORTH LOPEZ, PA 18628 (570) 477-2221
Zip Code: 18628
Country: USA
 
Record
SN00962121-F 20060107/060105213744 (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.