Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

Y -- Design-Bid-Build DLA Warehouse 9670 Remodel Project

Notice Date
7/6/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-B-0008
 
Archive Date
8/5/2017
 
Point of Contact
Debbie Knickerbocker, Phone: 206-764-6804, Lorraine Warehime, Phone: 2067646662
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, lorraine.warehime@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, lorraine.warehime@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
It has been determined that competition will be limited to SDVOSB and the assigned NAICS code. Other than SDVOSB firms are deemed ineligible to submit offers. The Seattle District Corps of Engineers has a requirement to remodel the DLA Warehouse Building 9670, located at JBLM, WA. Warehouse 9670 is 126,000 square feet and is comprised of seven bays and an administrative area. DLA uses the facility for receiving, in-processing, temporary storage, and out-processing of material surplus from within JBLM. The warehouse receives constant wear and tear from the use of forklifts, exposure to battery acid during forklift charging, and damages from large and heavy materials and vehicles during deliveries. The design remodel project includes a complete renovation of the administrative area which includes a more efficient layout, new access control point, more office space as well as a renovation of the break room, male and female bathrooms, mechanical room, communication room, and janitor's closet. The mechanical and electrical systems will be upgraded to support the renovation. Additionally, the flooring will be replaced in the administrative area spaces and windows will be replaced to meet all Antiterrorism Force Protection (ATFP) codes. The seven (7) bays within the warehouse include reconfiguration of the supervisor's office and conference room, purchase and installation of all in-processing equipment, pallets, forklift changing stations, and racking. Bay layout will support in-processing, storage, and out-processing efforts inclusive or work stations and electrical and telecommunications support. Warehouse flooring will be diamond polished. The warehouse will be reconstructed to meet industry standards, as well as all local, State, and Federal building codes and additional ATFP. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA (IE&E). The facilities will be accessible for individuals with disabilities. The construction costs of this project will be subject to the disclosure of the magnitude of construction project, Department of Defense Federal Acquisition Regulation (DFAR) 236.204, between $5,000,000 and $10,000,000. The NAICS code for this project is 236220 with a small business size standard of $36.5 Million. The solicitation will be a Design-Bid-Build competitive Invitation for Bid (IFB) in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.213 entitled "special procedures for sealed bidding in construction contracting." Firms that wish to be considered may provide price bids in accordance with instructions in the solicitation. The submittals will be evaluated utilizing the processes defined in FAR Part 14. A firm-fixed price contract will be the result of the solicitation. As previously stated, this project is set-aside for SDVOSB firms. On or about 21 July 2017, the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-93981-DAK. You must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist". If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation. For additional Seattle District Contracting opportunities, visit the Federal Business Opportunities postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Type Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-B-0008/listing.html)
 
Place of Performance
Address: Joint Base Lewis McChord, Approximately 13 miles south of Tacoma, WA, Tacoma, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04568535-W 20170708/170706234510-74d92add3c5c1c8c829cc9397042a7f3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.