Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Y -- Bathroom Renovation

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-11-JA-C-0040
 
Point of Contact
Susan M. Protho, Phone: 303-236-2570, Kathy A. Kirwin, Phone: (303) 236-2853
 
E-Mail Address
susan.protho@gsa.gov, kathy.kirwin@gsa.gov
(susan.protho@gsa.gov, kathy.kirwin@gsa.gov)
 
Small Business Set-Aside
HUBZone
 
Description
SOLICITATION NUMBER: GS-08P-11-JA-C-0040 TITLE OF CONSTRUCTION PROJECT: Bathroom Remodel, Building 53, Room D1901 and 1903, Denver Federal Center, Lakewood, Colorado PROJECT POINTS OF CONTACT Kathy A. Kirwin, Contracting Officer Phone: 303-236-2853 Fax: 303-236-8081 Susan M. Protho, Contract Specialist Phone: 303-236-2570 Fax: 303-236-8081 Cell: 303-906-2582 Charles Johnson, Project Manager Phone: 303-236-4624 Fax: 303-236-8081 Cell: 303-503-2731 DESCRIPTION OF PROPOSED WORK: Renovation of restrooms to include plumbing. Estimated Price Range: Between $100,000.00 and $250,000.00. NAICS Code and Title: 236220, Commercial and Institutional Building Construction. Small Business Size Standard: $33.5 million TYPE OF SETASIDE: THIS PROCUREMENT IS SET ASIDE FOR AWARD TO A SBA CERTIFIED HUBZONE FIRM. OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED. LOCATION OF THE WORK: Lakewood, Jefferson, Colorado TENTATIVE DATES: **Issuance of Solicitation 04/08/2011 **Proposals Due 04/25/2011 **Award Date 05/05/2011 **Completion of Contract Performance 08/15/2011 PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the GPE site at www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible SBA Certified Hubzone concerns. SITE VISIT: Buildings Tour & Pre-Proposal Conference A tour and pre-proposal conference of the facility will be provided by GSA on or about Tuesday April 12, 2011 at 9:00 AM in Building 41, 2 nd floor, Ambassador's desk, Denver Federal Center, 6th and Kipling Street, Lakewood, Colorado. As this is a high level security facility, all participants must enter the facility and sign-in through the Entrance at Gate 1 located on the east side of the Denver Federal Center. Each Offeror must bring their government issued picture I.D. Offerors are responsible for their own transportation to and from the buildings. Parking accommodations are located in designated visitor areas around the Denver Federal Center. No questions will be entertained during the tour. All questions will be in writing, and received by the Contract Specialist, Susan M. Protho via e-mail at susan.protho @gsa.gov no later than, Monday April 18, 2011. Questions in writing will also be entertained, if presented at the beginning of the conference. Offerors may not be able to re-enter buildings after the tour. Thus, all Offerors are cautioned to see all areas as they deem necessary during the tour, in order to augment their ability to submit an informed proposal. The purpose of the conference is to provide a briefing of the contracting concept, the statement of work, the specifications, and to allow prospective Offerors the opportunity to ascertain the complexities and the location of the project to be performed along with the general and local conditions which could materially affect conduct of operations and the costs involved. The Government considers attendance at this conference vital to the preparation of a competitive offer. It will enable the Contractor to become acquainted with the work areas. Failure to attend this meeting may not be used as an excuse for omissions or miscalculations in offers. It is emphasized that it is more advantageous for each Offeror to have qualified representation at the pre-proposal conference. While the conference will provide an opportunity to discuss and clarify the solicitation provisions, nothing said or represented in the conference will be deemed to modify the solicitation requirements unless followed by a written amendment. BONDING: FAR 52.228-1 Bid Guarantee (SEP 96) FAR 52.228-15 Performance and Payment Bonds-Construction (Nov 2006) IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project. ELIGIBLE OFFERORS: All responsible Service Disabled Veteran Owned Small Business firms may submit an offer which shall be considered by the agency. All prospective offerors are also required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission. You may access ORCA via the following URL, www.orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-11-JA-C-0040/listing.html)
 
Place of Performance
Address: Building 53, Room D1901 and D1903, Denver Federal Center, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN02408825-W 20110326/110324234835-5e307ed64716a0d712892606c3c92be8 (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.