Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

Z -- Replace Receiving/Shipping Doors and Dock Levelers at Building 2001, DLA Distribution Susquehanna, New Cumberland PA

Notice Date
5/19/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-B-5002
 
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: Replace receiving/shipping doors and dock levelers at Building 2001, DLA Distribution Susquehanna, 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. This requirement consists of performing work, but not limited to, as summarized below: •Remove 114 existing manual dock levelers from the concrete pit and remove existing bumpers. Removal off depot will be performed by the Government as coordinated by the COR. Make necessary adjustments to existing concrete pit to receive new dock equipment •Provide and install 114 new hydraulic dock levelers (56 without roll-off safety lips along Receiving-east side of bldg and 58 with roll-off safety lips along Shipping-north side of bldg) and vertical steel faced laminated dock bumpers. •Install electrical service from disconnect to safety interlock for dock levelers. •Remove 131 existing overhead door assemblies and electrical motors, Removal off depot will be performed by the Government as coordinated by the COR. •Provide and install 131 new powered overhead sectional and insulated door assemblies with electrical motors. Make necessary adjustments to existing door tracks/frames. •Provide two (2) windows with ¼" laminated insulated glass (size 1'-0" X 2'-0") in each of the twenty five (25) overhead doors as shown in the 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 270 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours which consist of a 9 ½ hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1630, excluding Government holidays. This acquisition is set-aside 100% for Small Business concerns. 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 $1,000,000 and $5,000,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-11-B-5002 for the above stated requirement is on or around the week of June 6, 2011. 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/SP3300-11-B-5002/listing.html)
 
Place of Performance
Address: DLA Distribution Susquehanna, 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02452579-W 20110521/110519234921-4496ebcc2d8af3490f0d18e4558cd851 (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.