Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

Z -- Renovate existing break rooms and restroom, construct new break rooms and office, Building 2001, Defense Distribution Depot Susquehanna PA (DDSP), New Cumberland PA 17070

Notice Date
5/19/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-B-5008
 
Point of Contact
DONNA A KAUTZ, Phone: 717-770-6563
 
E-Mail Address
donna.kautz@dla.mil
(donna.kautz@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide all labor, transportation, materials, equipment, supplies and supervision to perform the following work to Renovate existing break rooms and restroom, construct new break rooms and office, Building 2001, Defense Distribution Depot Susquehanna PA (DDSP), New Cumberland PA 17070. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Project Description: The project consists of performing the following summary of work but is not limited to: Renovate Existing Break Rooms, Bldg 2001; Renovate twenty year old break rooms to include new finish floors, wall paint, ceilings, electrical and HVAC upgrades and necessary demolition. Construct Break Area at Pole L-35, Bldg 2001; Construct metal stud walls with gypsum board finish, install finish floors, painted walls, doors, suspended acoustic ceiling, HVAC and Electrical systems at open areas currently used as a break room, office and locker room creating finished enclosed rooms for each. Construct Modular Break Room at Pole Q-12, Bldg 2001; purchase and install new pre-modular wall and roof system, install finish floors, painted walls, suspended acoustic ceiling, HVAC and Electrical systems. Restructure Mission Receiving Office, Bldg 2001; Purchase and install pre-modular walls and roof system to expand existing modular mission receiving office with area for four supervisor 10’x10’ work stations at pole Q-10. Expansion to include finish floors, painted walls, door, suspended acoustical ceiling, HVAC and Electrical systems. Renovate Existing Restroom No. 13, Bldg 2001; Demolish existing restroom floor, wall and ceiling finishes leaving existing framing systems in place. Install new finish floors, ceramic wall tile, painted gypsum board ceiling, door, toilet partitions and accessories, HVAC and Electrical Upgrades to existing Restroom No. 13 All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 280 calendar days from receipt of the NTP. This acquisition is set-aside 100% for Small Business concerns pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 236220. The small business size standard is $33,500,000. The magnitude of this construction effort is between $250,000 and $500,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3100-10-B-5008 for the above stated requirement is on or around the week of June 7, 2010. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-B-5008/listing.html)
 
Place of Performance
Address: 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02154024-W 20100521/100519234833-fa46118d5ee48f73e68427cbeec5575c (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.