SOLICITATION NOTICE
Z -- US MARSHALS SERVICE 3RD FLOOR RENOVATION
- Notice Date
- 12/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Customer Projects Division, Technical Branch, Rm 3300 (5PCT), General Services Administration, Public Buildings Service, 230 S. Dearborn Street, Rm 3300, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- GS05P09FBC0015
- Point of Contact
- Marilyn Roldan,, Phone: (312) 353-3959, Kimberly A Bishop,, Phone: (312) 886-7412
- E-Mail Address
-
marilyn.roldan@gsa.gov, kimberly.bishop@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- Scope of work consists of, but is not strictly limited to perform interior renovation work at the USMS 3rd Floor Renovation, Winfield K. Denton Federal Building and US Post Office, 101 Martin Luther King Street, Evansville, IN 47708. This is a remodeling and construction project to provide selective demolition, reinforced concrete masonry units, reinforced 2nd floor overhead structural system, glazed masonry units, install new partitions/security partitions, temporary detention grilles, detention doors, detention furniture, vault door, security ceilings, epoxy terrazzo, carpet, gypsum board assemblies, interior architectural woodworks. Construction shall be performed in phases to and include providing temporary power and communications system in the Squad Room in order for the agency to operate continuously while work is being performed in the other space (s). This project has two options, Option 1, to include construction of Squad Room area as originally shown by plan, and Option 2, to include construction of new vault on the 1st floor. The contractor is to provide all the management, supervision, manpower, equipment and supplies necessary for this project. The contract completion time for this project is two hundred and forty-five (245) calendar days from receipt of notice to proceed. The estimated cost range is between $500,000 and $1,000,000. This is a negotiated best value procurement. The North American Industry Classification System (NAICS) code for this procurement is 236220 with an average gross revenue of $31 million for the last three (3) years. The 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 January 7, 2009. Funds are not presently available for the project. The solicitation cited above can only be obtained by accessing a secure website known as the FedBizOpps (Federal Business Opportunities) This is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, 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 register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL http://www.Fedbizopps.gov. 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 from your Company’s, CCR Point of Contact) your Company’s DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), your telephone number, your e-mail address. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation. Bid and performance bonds will be required. All responsive offers from responsible offerors will be considered. Small Disadvantaged, Women-Owned, HUBZone, Veteran Owned and Disable Veterans Owned businesses are encouraged to submit proposals.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=916286ce97ad8b03d5ffd2113e1f1bc5&tab=core&_cview=1)
- Place of Performance
- Address: WINFIELD K. DENTON FEDERAL BUILDING, UNITED STATES POST OFFICE, 101 MARTIN LUTHER KING STREET, EVANSVILLE, Indiana, 47708, United States
- Zip Code: 47708
- Zip Code: 47708
- Record
- SN01723202-W 20081224/081222215620-916286ce97ad8b03d5ffd2113e1f1bc5 (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 |