Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

Z -- Repair HVAC System Bldg. 1907 JBMDL - Amendment 5

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-B-0011
 
Point of Contact
Joseph R. Manney, Phone: 2156566763, Gregory C. Keaton, Phone: 215-656-3826
 
E-Mail Address
joseph.r.manney@usace.army.mil, gregory.c.keaton@usace.army.mil
(joseph.r.manney@usace.army.mil, gregory.c.keaton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0005 to update Wage Determinations, Bid Schedule and Bid Opening Date. Response Date: 30 August 2018 11:00 A.M. EST Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to Contract work consisting of repair of an HVAC system at Building 1907 on Joint Base McGuire-Dix-Lakehurst (a restricted access installation). The contractor shall provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials, and perform all work necessary to remove and replace the majority of the Heating Ventilating and Air Conditioning (HVAC) system in Building 1907. Only the boiler, chiller, and computer room air conditioning units shall be reused. The boiler will be provided with a heat exchanger. The system shall include new equipment, ductwork, controls and electrical support. The new system shall be controlled by a BAS connect to the base-wide EMCS. Building 1907 is a concrete frame structure with a stucco veneer exterior. The facility was built in the 1960s and is considered an historic building. This project will not modify the building exterior. The building's square footage is approximately 90,000 ft2. The contract duration for construction is anticipated at approximately 720-calendar days. This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. The bid opening is projected to be conducted 30 August 2018 at 11:00 a.m. EST; however, this information is subject to change. Offeror's should review the entire solicitation. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Estimated cost range of this project is $5M - $10M. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 and the small business size standard is $36.5 Million. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Responses should be sent to Joseph Manney at Joseph.R.Manney@usace.army.mil on or before 30 August 2018 at 11:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-B-0011/listing.html)
 
Record
SN05044357-W 20180819/180817231417-4b96f974027ea26558e04ada61179205 (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.