Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

Z -- Remove existing ceiling tile and install new ceiling tile. Replace carpet, vinyl base, window blinds, and paint walls and door frames at the SSA Building located at 4020 Durand Ave, Racine WI 53405.

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Tenant Operations, Minnesota/Wisconsin Service Center (5PT5C), 517 E. Wisconsin Avenue, Milwaukee, WI, 53202, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-05P-07-SA-P-0060
 
Response Due
8/2/2007
 
Archive Date
8/17/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
SOLICITATION NO: GS-05P-07-SA-P-0060, REFERENCE NO. 5PT5-07-0103 TITLE: Remove existing ceiling tile and install new ceiling tile. Replace carpet, vinyl base, window blinds, and paint walls and door frames at the Social Security Building located at 4020 Durand Avenue, Racine, WI 53405. The following work will be performed at the Social Security Building located at 4020 Durand Avenue, Racine, WI 53405. INSPECTION OF SITE OF PROPOSED WORK: Before submitting a proposal on the work herein and indicated on the contract drawings, each bidder is encouraged to examine the site and familiarize themselves with all existing conditions and limitations. No extra compensation will be allowed because of the Contractors misunderstanding as to the amount of work involved or because of lack of knowledge of any existing conditions. Arrangements for a site visit may be obtained by contacting Frank Baldwin, GSA Engineering Technician at 414-297-1576. The scope of work for this project includes replacing approximately 6200 sq. ft of carpeting with base, paint 8800 sq. ft of walls, replace approximately 6200 sq .ft of ceiling and replace window blinds at 30 windows and relocate one fire extinguisher. Paint baseboard perimeter wall heaters and 20 door frames. Dust/dirt protection and control will be required because of occupation by SSA employees. The contractor will be responsible for furniture moving and replacement along with wall hangings (pictures, bulletin boards, clocks mirrors, plaques, white boards, etc). Removal of electrical cover plates (cover plates to be turned over to housekeeping contractor for cleaning); they will be returned for reinstallation. Protect thermostats and motion detectors. Move accordion divider in multi-purpose room as necessary to accomplish work. Contractors are required to submit a lump sum price that will include the contractor?s labor, overhead, profit, and all contingencies in connection there with, as no allowance will be made late for such items. Contract completion time is 120 calendar days from receipt of notice to proceed. The estimated range of this project is between $25,000.00 and $100,000.00. THIS PROCUREMENT IS BEING SET-ASIDE 100% FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES. The North American Industry Classification System (NAICS) code is 236220 with a size standard of $31.0 million. This is a negotiated procurement. The Government will award a contract resulting from this request for quote to the responsible offeror whose proposal conforms to the request for quote and provides the best value to the Government based on the evaluation factors. The evaluation factors to be used are total evaluated price and past performance. The Contracting Officer may identify and analyze the past performance of the offeror on any relevant contract that they currently have or had of which the Contracting Officer has knowledge or obtains knowledge, including but not limited to projects listed in the Past Performance Information Retrieval System (PPIRS). Because of the wide variety of past performance history of individual offerors, the Government is not required to ensure that an equal number of references be obtained for each offeror REQUEST FOR QUOTES WILL BE AVAILABLE ON OR ABOUT JULY 13, 2007 AT THE FOLLOWING WEBSITE: https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber= GS05P07SAP0060 GSA, PBS, Office of Tenant Operations, will no longer mail hardcopies of the solicitation or issue solicitations via the Federal Business Opportunities website, http://www.fedbizopps.gov. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOpps and the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-government initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL https://www.FedTeDS.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled ?Register with FedTeDS? and then choosing the ?Vendor Registration Form? hyperlink. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's , CCR Point of Contact) Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number, Your E-Mail Address. Also, beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be August 2, 2007 at 4:00 p.m. (Central Time). All requests must be submitted to General Services Administration, Federal Building, U.S. Courthouse, 517 E. Wisconsin Avenue, Rm. 232, Milwaukee, WI 53202 Attn: Rose Mary Gentry, Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein.
 
Place of Performance
Address: Social Security Building, 4020 Durand Avenue, Racine, WI
Zip Code: 53405-4470
Country: UNITED STATES
 
Record
SN01334422-W 20070705/070703222037 (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.