Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
SOLICITATION NOTICE

Z -- Fire Escape Replacement, at the Hart-Doyle-Inouye Fed Bldg

Notice Date
5/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Tenant Operations, Regional Procurement Branch (5PTP), 610 S. Canal Street, 10th Floor, Chicago, IL, 60607, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-05P-07-SVC-0021
 
Response Due
6/21/2007
 
Archive Date
7/6/2007
 
Description
Project is to provide for replacement of the existing fire escapes for Buildings 2A, 2B and 2C at the Hart-Doyle-Inouye Federal Center, 74 N. Washington Avenue, Battle Creek, MI 49017. It will be necessary to keep the existing fire escapes in place and in operation while the buildings are occupied. All fire escape demolition and installation shall be done during weekends or holidays. This replacement shall provide for a complete and finished fire escape for each building. All work shall be installed in accordance with the latest edition of National Fire Protection Association (NFPA) Standard No. 72, GSA Facilities Standards for the Public Buildings Service PBS-100 (March, 2005), ICC International Building Code and the Americans With Disabilities Act Accessibility Guidelines (ADAAG). The work includes, but is not limited to the following functions and operations: Contractor will submit engineered stamped drawings of the new fire escapes from a licensed structural engineer prior to start of construction. Upon approval, contractor will remove and replace existing stair treads, stringers, platforms and existing support columns & footers. To minimize onsite assembly time, new fire escape risers, platforms and hand rails shall be pre-built in sections. All sections shall be shop primed and painted before assembly in the field. All new and existing metal surfaces shall be primed and painted. All concrete, grass, rocks and landscaping disturbed in the course of construction of the new fire escapes shall be replaced. The completion time for this project is 170 calendar days from receipt of notice to proceed. Liquidated damages are $157.00 per day. The cost range is between $100,000 and $250,000. This is negotiated best value procurement. The North American Industry Classification Systems (NIACS) code for this procurement is 238190 with and average gross revenue of $13 million for the last three (3) years. This proposed contract is being solicited as Unrestricted in accordance with the Small Business Competitiveness Demonstration Program. The Request for Proposal will be issued on or about May 22, 2007. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government iniatives such as FedBizOpps and the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is part of the Business Partner Network, an e-gov imitative and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL WWW.BPN.gov. Once you have registered with CCR you will be required to use FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL http:/www.FedTeDS.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled, Register with FedTeDS, and then choosing the Vendor Registration Form hyperlink. Effective January 1, 2005, offerors are required to submit electronically the information formerly provided on the 3503, Representations and Certifications. Offerors are to use this website: http://orca.bpn.gov/login.aspx. At a minimum all vendors must supply the following information: Your Company?s Central Contractor Registration (CCR), Marketing Partner Identification Number (MPIN) (you can get this number from your company?s CCR Point of Contact), you company?s DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a DUNS Number), your telephone number, and your e-mail address. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose number appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation. Bid guarantee, performance and payment bonds will be required. All responsive offers from responsible offerors will be considered. Small Businesses, Small Disadvantaged, Women-Owned, HUBZone, Veteran Owned, and Disabled Veteran Owned businesses are encouraged to submit proposals.
 
Place of Performance
Address: Hart-Doyle-Inouye Federal Center, Buildings 2A, 2B and 2C, 74 N. Washington Avenue, Battle Creek, MI,
Zip Code: 49017
Country: UNITED STATES
 
Record
SN01292136-W 20070512/070510221739 (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.