Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

Y -- Windows and Roof Replacement - SOW

Notice Date
12/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA9117B00006
 
Archive Date
2/1/2017
 
Point of Contact
Judy Bowers, Phone: 2023661913, LaChelle Johnson, Phone: 2023662660
 
E-Mail Address
judy.bowers@dot.gov, lachelle.johnson@dot.gov
(judy.bowers@dot.gov, lachelle.johnson@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Statement of Work This solicitation for the replacement of Window and Roof Replacement in Quarter's E & F at the U.S. Merchant Marine Academy (USMMA) in Kings Point, NY. The USMMA seeks a qualified and experienced contractor to provide labor, material, transportation, tools, equipment and supervision to remove and replace existing windows, gutters and leaders, window blinds and replace existing roofing. The contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. It is the responsibility of the contractor to take appropriate measures in accordance with all local, state, and federal environmental and occupational safety and health laws and regulations. The USMMA is listed on the National Register of Historic Places. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR Part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. All work shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. The solicitation number DTMA9117R00006 for a contractor to provide labor, material, transportation, tools, equipment and supervision to remove and replace existing windows, gutters and leaders, window blinds and replace existing roofing.. This is being issued as a Request for Proposal (RFP) In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information : The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: NAICS Code 236118 Residential Remodeling Size Standard $36.5 Mil Description of requirements for the items to be acquired: Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. Prior to the award of the contract: The vendor and subcontractors must be registered and active in the Systems for Award Management (SAM) www.SAM.gov. Must provide a 20% bid bond and 100% performance bond within 2 days after award. In accordance with FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits are as follows: December 28, 2016, at 10:30am January 5, 2017, at 10:30am Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Paul Buhse 516-726-5901 pbuhse@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications •b. Past Performance •c. Price Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. The date, time proposals are due is: 10:00am January 17, 2017 ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. Submit all questions regarding this requirement via email to judy.bowers@dot.gov no later than January 10, 2017 Please email your proposals to: Judy Bowers Email: judy.bowers@dot.gov Mailing Address: DOT-Maritime Administration Attn: Judy Bowers Team Lead/Sr. Contracting Officer 1200 New Jersey Avenue, SE., W26-418 Washington, DC 20590 Ph# 202-366-1913
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA9117B00006/listing.html)
 
Place of Performance
Address: U.S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, Maryland, 10024, United States
Zip Code: 10024
 
Record
SN04353991-W 20161218/161216234232-9acb929a80d002239f670b1414f613e0 (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.