Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOLICITATION NOTICE

Y -- B301-303, 305 Rehab at Sierra Army Depot, CA

Notice Date
2/27/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-18-R-0047
 
Archive Date
2/28/2019
 
Point of Contact
Karen D. Scott, Phone: 9165577109
 
E-Mail Address
Karen.Scott@usace.army.mil
(Karen.Scott@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall perform rehabilitation work for Buildings 301, 302, 303 and 305 as stated in this Statement of Work (SOW). Each warehouse is approximately 86,580 square feet and 16'-1" high and are of similar layout and construction. One half of the interior of each building will be available at a time during construction - i.e. Contractor can perform tasks on Buildings 301, 302, 303 and 305 concurrently, but only half of each building's interior will be available to the Contractor. Contractor shall coordinate work on north and south areas of warehouse with COR. SIAD will relocate items to clear construction area. Office space will not be relocated. Building 301 tasks include replacement of building siding and miscellaneous interior tasks; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; replace or fill in existing sliding cargo doors; and perform structural repairs. Building 302 tasks include replacement of building siding and miscellaneous interior tasks; replace windows; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; and replace or fill in existing sliding cargo doors. Building 303 tasks include replacement of building siding and miscellaneous interior tasks; replace windows; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; replace or fill in existing sliding cargo doors; and perform structural repairs. Building 305 tasks include miscellaneous interior tasks; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; and perform structural repairs. The Contracting Officer intends to award up to four contracts from this solicitation. A contractor can submit a bid on one building and up to all four buildings. Acquisition Information: This acquisition is proceeding as a Small Business set-aside, Lowest Priced Technically Acceptable RFP. Estimated Cost Range is between ($15M-$20M). FAR 36.204(f) Period of Performance (POP) for Construction (after NTP): 1 building: 330 days; 2 buildings: 460 days; 3 buildings: 590 days; 4 buildings: 720 days. This Procurement will be conducted under PSC CODE: Z2BD, NAICS Code: 236220. The size standard for this code is $36,500,000. All questions should be directed to the Contract Specialist, Karen Scott at Karen.Scott@usace.army.mil It is anticipated that the RFP will be issued on or about March 15, 2018, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (www.sam.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: System for Award Management (SAM) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be registered in SAM, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ‘ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0047/listing.html)
 
Place of Performance
Address: Sierra Army Depot, Herlong, California, United States
 
Record
SN04835869-W 20180301/180227231102-3454b44a1cef1da35992c03b831a1d42 (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.