Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

Y -- Center Redevelopment Phase III, Two New Dormitory Buildings at the Potomac Job Corps Center, Washington, DC

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4655, Washington, DC, 20210, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DOL071RB20110
 
Response Due
3/15/2007
 
Archive Date
7/31/2007
 
Point of Contact
Anthony Hill, Contract Specialist, Phone 202-693-3897, Fax 000-000-0000, - Anthony Hill, Contract Specialist, Phone 202-693-3897, Fax 000-000-0000,
 
E-Mail Address
hill.anthony@dol.gov, hill.anthony@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The work involves the following: Selective demolition, site construction and general construction, including electrical, mechanical and related work for two (2) new, two-story dormitories, each at 24,800 gross square feet, at the Potomac Job Corps Center. The contractor shall begin performance within fourteen (14) calendar days of receiving the Notice to Proceed (NTP) and complete it within 465 calendar days. The substantial completion shall be accomplished within 420 calendar days of Notice to Proceed (NTP). The estimated cost range is more than $10,000,000 (per FAR 36.204) Plans and specifications will be available on February 6, 2007, only from the Architect/Engineer firm, Cox, Graae + Spack Architects, 2909 M Street, N.W., Washington, D.C. 20007. Contact Mr. Chris Graae, at (202) 965-7070 for additional information. COLLECT CALLS WILL NOT BE ACCEPTED. It is emphasized that requests for Specifications and Drawings must be submitted in writing and directed to the A/E firm listed above to ensure proper handling of requests. Requests must be accompanied by a $200.00 refundable bid-deposit in the form of a Certified Check, Cashier's Check, or Money Order made payable to the U.S. Department of Labor. Please provide on each check or money order your EIN number (Tax ID Number) to ensure the refunding of your deposit. Failure to do so may result in your deposit not being refunded. Bid Deposit Refunds will be made prior to award of a contract to those firms returning the bidding document, including plans and specifications, to the A/E in good and useable condition. THE BID DEPOSIT FROM THE SUCCESSFUL BIDDER WILL BE RETURNED FOLLOWING THE AWARD AND ISSUANCE OF THE NOTICE TO PROCEED. One (1) complete set of the Specifications and Drawings will be made available - on a first-come, first-serve basis until the initial supply is exhausted - for pick up at the A/E's office, or delivery may be arranged at an additional charge. Any additional shipping charges must be pre-paid, and COD requests will not be accepted. Additional sets requested from interested parties subject to bid-deposit requirements, or for requests made after the initial supply of the IFB documents has been exhausted, will be available for a non-refundable pre-paid 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. Specifications and drawings, 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 Thursday, February 7, 2007, at 10:00 A.M., local time, at the Potomac Job Corps Center (site), #1 D.C. Village Lane, S.W., Washington, DC 20032. This will be the only opportunity to view the site prior to the submission of bids. The Bid Opening Date (BOD) is scheduled for Thursday, March 15, 2007, at 2:00 P.M., local time at the Architect/Engineer firm, Cox Graae + Spack Architects, 2909 M. Street N.W., Washington, DC 20007. This is a 100% Small Business Set-Aside Acquisition. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $31.0 million. Certified HubZone, small disabled veterans, woman-owned small disadvantaged businesses, 8(a) businesses and small businesses are encouraged to apply. Furthermore, small businesses are encouraged to apply for HUBZone certification. Information regarding HUBZone 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 date. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders unable to comply with 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) DATABASE. Information regarding registration can be found at http:///www.ccr.gov.
 
Place of Performance
Address: Potomac Job Corps Center, #1 D.C Village Lane, S.W., Washington, D.C.
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01217197-W 20070125/070123220323 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.