MODIFICATION
Y -- Removal of existing Center Atrium Skylight and installation of a new Translucent Panel Skylight System
- Notice Date
- 5/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ12B0003
- Response Due
- 7/3/2012
- Archive Date
- 9/1/2012
- Point of Contact
- Hilary O Meckel, 816 389 3500
- E-Mail Address
-
USACE District, Kansas City
(hilary.o.meckel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Construction Services type contract for Removal of the existing Center Atrium Skylight and installation of a new Translucent Panel Skylight System at Harry S. Truman Lake, Warsaw, Missouri. The solicitation will be available on or about 30 May 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 (thirty) days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work includes, but is not limited to; Contractor shall submit their proposal with print drawing of installed skylight system for Government Approval. Delivery, storage and handling of the skylight unit shall be the responsibility of the contractor and will conform to the manufacturer's recommendations. Skylight material shall meet or exceed the following specifications: Two and three quarter inch (2 ") Translucent Panel System. Corrosion resistant finish. Skylight shall be designed to insure a supporting capacity of 25lbs. per square foot live load Translucent panels with.070" super-weathering White or Crystal exterior faces,.045" White or Crystal interior faces, standard GEO grid pattern and.23 "U" factors. Shall rest on the existing 8 inch concrete curb, without structural modification. Removal and Installation shall be completed within seven (7) work days. The contractor shall take all necessary precautions to ensure that no damage is imparted to the Visitor Center grounds or structure during the removal of the existing skylight and the installation of the new skylight system. The work area shall be kept in a neat and orderly fashion throughout each work day. Vendor shall be responsible for the removal and proper disposal of the existing skylight and material. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The required date of completion of construction is October 31, 2012. At this time, no options have been identified for this project. If the price schedule is changed to include any options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include any options after release of the solicitation, the solicitation will be amended accordingly. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000 - $100,000 The North American Industry Classification System (NAICS) Code for this project is 238990, and the size standard is $14,000,000.00. This solicitation will be issued for full and open competition. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14 and award will be made to the lowest responsive bid from a responsible source. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their bid. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative or contractual questions is Hilary Meckel. Ms. Meckel can be reached at 816-389-3500 or by e-mail at Hilary.o.meckel@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Ms. Margie Slavens. Ms. Slavens can be reached at 816-389-3606 or by e-mail at Margie.a.slavens@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ12B0003/listing.html)
- Place of Performance
- Address: USACE District, Harry S. Truman Visitor Center 29027 Visitor Center Road Warsaw MO
- Zip Code: 65355
- Zip Code: 65355
- Record
- SN02762436-W 20120602/120531235607-68dac5a479e1c4a43a16cd0905734a37 (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 |