Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
MODIFICATION

Z -- Facade Repair & Cleaning Michael J. Dillon U.S. Federal Courthouse

Notice Date
7/14/2006
 
Notice Type
Modification
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Service Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, NY, 13261-7005
 
ZIP Code
13261-7005
 
Solicitation Number
GS-02-P-06-PW-C0042
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Point of Contact
Irma Ferro, Contracting Specialist, Phone 315-448-0925, Fax 315-448-0968, - Charles Barr, Servcie Contracts Team Leader, Phone 315-448-0907, Fax 315-448-0968,
 
E-Mail Address
irma.ferro@gsa.gov, charlie.barr@gsa.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The solicitation number GS-02-P-06-PW-C0042 is incorrect. The solicitation number that should have been used is GS-02P-06-PW-C-0043. This solicitation number will be used on the actual Solicitation and further documentation. This is a PreSolicitation Notice. The General Services Administration (GSA) announces an opportunity for qualified General contractors (GC) interested in the Facade Repair and Cleaning of the Michael J. Dillon U.S. Federal Courthouse located in Buffalo, New York. The contractor shall furnish all necessary labor, materials, equipment, tools and supervision. Work shall include, but is not limited to the following items: Remove existing exterior caulking and replace with new caulking as indicated on drawings. Repair existing exterior stone panels as indicated on drawings. Clean exterior building facade and penthouse at roof. Paint existing metal window frames and exterior entrance doors at First Floor. Replace metal door frame plinths at exterior door entrances, interior and exterior. Replace exterior metal building signs, and bronze lettering mounted on the building as indicated on drawing Replace exterior ?free standing? sign as indicated on drawings. Tuck point missing and loose mortar joints. Clean, reset, through-wall metal flashing at ?outer face? building perimeter of seventh floor parapet. Install anti-bird nesting ?in fills? at all First Floor window as noted on drawings. Replace lead coated copper flashing as noted on drawings. The magnitude of this construction project is estimated between $500,000 and $1,000,000. In accordance with FAR Part 28.101 and 52.228-1, price proposals must be accompanied by a Bid guarantee/bond in the amount of $1,000,000 or 20% of the proposed submission price, whichever is less. Prospective offerors must have a valid Central Contractor Registration (http://www.ccr.gov), Dunn & Bradstreet Number and valid IRS Tax ID Number to obtain a copy of the procurement package which will be available through FedBizOpps (http://www1.eps.gov/index.html). The North American Industry Classification System (NAICS) code is 238140 and the size standard is $13.0 million. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. Offers from other than SDVOSB concerns will not be considered. All responsible SDVOSB sources may submit an offer which shall be considered by the agency. Bonds, insurance and security clearances will be required prior to the start of any work. The required construction completion date is 120 days commencing one day after the notice to proceed. The tentative solicitation release date is July 20, 2006. Interested parties may access the solicitation at http://www.fbo.gov. IAW FAR Part 15 this procurement will utilize the Lowest Price Technically Acceptable method; where all evaluation factors combined are significantly less important than price. The solicitation will require firms responding to the Request for Proposal to submit both a technical and price proposal. The proposal due date will be on or around August 22, 2006. The selected Offeror must demonstrate a history of specialized experience in historical restoration. The solicitation will be available only electronically through the Buzzsaw Secured internet website. This site provides instructions for downloading the solicitation file. The solicitation, amendments to the solicitation, specifications and drawings will be available through this secured Internet site. Interested parties shall send all requests to access the secured Internet site and requests for the solicitation to the attention of Irma Ferro at the e-mail or mailing addresses shown in this presolicitation notice. Contractors will also be required to sign a Document Security Notice which at a minimum must include a street address, telephone number, business license or other documentation granted by the state or local jurisdiction to conduct business, valid DUNS number, valid IRS Tax ID Number and e-mail address. This form may be obtained at http://www.fbo.gov. Once the request for the solicitation has been accepted, one e-mail will be sent to the e-mail address provided. The e-mail will provide instructions for entry into the secured Internet site and access to the solicitation. Contractors should request e-mail notification from Federal Business Opportunities in order to remain apprised of solicitation. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: Michael J. Dillon Courthouse 68 Court Street Buffalo, NY
Zip Code: 14202
Country: UNITED STATES
 
Record
SN01089875-W 20060716/060714221952 (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.