Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

Z -- Restroom Renovation

Notice Date
5/31/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RP-0050
 
Archive Date
9/30/2011
 
Point of Contact
Tiffany C Atchison, Phone: 3034975534, Jennifer L. Malcolm, Phone: 3034973764
 
E-Mail Address
tiffany.atchison@nist.gov, jennifer.malcolm@nist.gov
(tiffany.atchison@nist.gov, jennifer.malcolm@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is not a Request for Proposal (RFP) and does not commit the Government to award any contracts now or in the future. No solicitation is available at this time. The purpose of this pre solicitation notice is to advertise that the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is contracting to renovate restrooms at the NIST Boulder Campus in Boulder, Colorado. The Government intends to solicit this acquisition as a 100% small business set aside. All small businesses or small business concerns (SB, SDB, WOSB, HUBZone, and VOSB and SDVOSB) are encouraged to propose on this project. The main requirements are assigned a NAICS code of 236220 with a small business size standard for such requirements of $33.5M. It is important to note that in accordance with Federal Acquisition Regulation (FAR) 52.219-14 - Limitations on Subcontracting - the prime contractor is required to perform at least 15% of the labor with their own employees for general construction and at least 25% of the labor with their own employees for special trade construction. For further information on the requirements for general construction and/or special trade construction, please visit the following web sites: http://data.bls.gov/cgi-bin/print.pl/oes/2001/oesi2_17.htm http://www.census.gov/epcd/naics/NDEF235.HTM It is the intent of this contract to provide the minimum requirements for the construction of ADA and energy compliant restroom renovations and remodel improvements in the following areas for the center spine Building 1: Phase 1 - One Women's Restroom and One Men's Restroom Phase 2 - Three Women's Restrooms and Three Men's Restrooms Located at the Department of Commerce (DOC), at 325 Broadway, Boulder, Colorado. The contractor will supply all management, supervision, labor, materials and equipment required for the successful completion of the project for the entire length of this contract. Many research laboratories operate and have equipment running 24/7. Any disruption may cause severe loss of valuable information. Prior to any disconnect of power and or shut down of a system/system component, the generation of undue vibrations or noise levels the COTR must be notified a minimum of 7 days prior, to ensure each office and or laboratory occupant affected can be notified prior to the activity if it is determined the activity may disrupt the area so ongoing work is not disrupted. Special arrangements may be necessary prior to work of this nature and will be coordinated through the COTR and building occupants. Work will need to be scheduled as to cause the least amount of interference with Project site operations. Work schedules shall be subject to the approval of the Government. Request permission in writing to interrupt any site road and/or utility service, a minimum of fourteen calendar days prior to the desired date of interruption. The coordination of activities between the COTR, the contractor and the building occupants is critical in an effort to minimize disruption of the research and damage to ongoing experiments. The notification of building occupants is the COTR's responsibility. The solicitation will be released on or about June 20, 2011, with a proposal due date approximately thirty (30) days thereafter, and an award anticipated for August, 2010. The estimated price range of this project is $1,000,000.00 to $5,000,000.00. A pre-proposal conference will be scheduled during the thirty day advertisement period. Information regarding the conference will be contained in the solicitation posting. Completion time for this project is currently projected to be 180 calendar days after the written Notice to Proceed. Source selection will be made using lowest price technically acceptable source selection process (FAR 15.101-2). The government will not pay for any information solicited. Offers that do not meet all the requirements technically or price reasonableness will not be considered. All offerors who do not meet the minimum requirements will be notified as soon as they have been determined not to be in consideration any longer. Any late proposal received is subject to FAR 52.214-7 Late submissions, Modifications, and withdrawals of Bids (NOV 1999). THE TECHNICAL DATA, SPECIFICATIONS AND DRAWINGS, WILL BE AVAILABLE FOR DOWNLOAD ON FED BIZ OPPS (WWW.FBO.GOV) WITH THE SOLICITATION ON OR ABOUT JUNE 20, 2011. IF THERE ARE ANY QUESTIONS REGARDING THE PRE-SOLICITATION NOTICE PLEASE CONTACT TIFFANY ATCHISON AT (303) 497-5534 OR AT TIFFANY.ATCHISON@NIST.GOV. As a reminder, all contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. This procurement is set aside for small business concerns. The NAICS code applicable to this solicitation is 236220, and the corresponding size standard for determining whether or not a firm qualifies as a small business is $33.5 million in average, annual receipts (gross) over the past three years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RP-0050/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02460802-W 20110602/110531235009-9e1b61906fc07e88f7fee9295818b96c (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.