Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOLICITATION NOTICE

Y -- CIMST Supplemental Cooling Design/Build at ATF Headquarters - Pre-Solicitation

Notice Date
12/18/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Repair & Alterations Center 1 (47PM04), 7TH & D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
47PM0418R0007
 
Archive Date
1/16/2018
 
Point of Contact
Matthew A. Walker, Phone: 2027057215, Kelly DeShields, Phone: 2023089146
 
E-Mail Address
matthew.walker@gsa.gov, kelly.deshields@gsa.gov
(matthew.walker@gsa.gov, kelly.deshields@gsa.gov)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
This is the presolicitation The General Services Administration (GSA), National Capital Region, Acquisition Management Division, intends to issue a Request for Proposal (RFP) for set-aside 100% for Economically-Disadvantaged Woman Owned Small Business contracts for Critical Incident Management Support Team (CIMST) Supplemental Cooling Design/Build located at the ATF Headquarters Building in Washington, DC. I t is the intent of the government to use this presolicitation to award a Firm-fixed Price (FFP) Contract. This requirement is set-aside 100% for Economically-Disadvantaged Woman Owned Small Business Program. Concerns expressly certified by the Small Business Administration (SBA) for participation in the Economically Disadvantaged Women Owned Small Business Program solicited under the North American Industry Classification System (NAICS) code for this work is 236220 which is Commercial and Institutional Building Construction. The small business size standard is $36.5 million and all responsible firms may submit an offer. The price range for the contract is between $100,000 and $250,000 for the duration of the project. You may access the solicitation documents at the Federal Business Opportunities Web Site Home Page: http://www.fbo.gov The selection process will be conducted in accordance with FAR Part 15 source selection procedures. The solicitation is anticipated to be issued on or around Monday, January 15, 2018. A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. Security clearance requirements shall be provided in the solicitation. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Contracting Office Address: General Services Administration Public Buildings Service Region 11 301 7 th St, SW; Room 6049 Washington, DC 20002
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/507dcd3e834d00a70585e3787e4150a6)
 
Place of Performance
Address: ATF Headquarters Building, 99 New York Avenue, NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN04769946-W 20171220/171218231222-507dcd3e834d00a70585e3787e4150a6 (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.