MODIFICATION
Y -- Brooks Field house First Deck Renovations - Solicitation Amendment
- Notice Date
- 8/16/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- 693JF718R000036
- Archive Date
- 9/28/2018
- Point of Contact
- Judy Bowers, Phone: 2023661913
- E-Mail Address
-
judy.bowers@dot.gov
(judy.bowers@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001 revising Site Visit dates Solicitation Number: 693JF718R000036 Notice Type: Solicitation Synopsis: RFP - BROOKS FIELD HOUSE FIRST DECK RENOVATION This is a Request for Proposals (RFP) is for the United States Merchant Martine Academy (USMMA) seeks a qualified and experienced contractor to provide labor, material, transportation, tools, equipment and supervision to perform a renovation on the first deck of the Brook's Fieldhouse at the USMMA. Tasks include, but are not limited to, replacing flooring, toilet and sink replacement in the bathroom, installation of storefront doors, removal of walls, roof replacement, exterior decking and painting. (See attached Statement of Work) The contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. The contractor will immediately notify the contract officer's representative (COR) or contracting officer upon encountering any hazardous materials. THE MILLER ACT IS APPLICABLE AND PAYMENT AND PERFORMANCE BONDS IN A PENAL AMOUNT EQUAL TO 100% OF THE CONTRACT PRICE AND ANY INCREASES ARE REQUIRED. A BID BOND IS REQUIRED IN AN AMOUNT OF 20% OF THE BID PRICE. In accordance with FAR 36.204, the magnitude of this construction project is between $225,000 and $235,000. The government intends to award a Firm Fixed Price Contract. The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. The North American Industrial Classification System (NAICS) code for this project is 236118 - Residential Remodelers. The Business Size Standard is $27.5 in average receipts for the last three years. The Government intends to award a Firm-Fixed Price contract. This announcement is a Total Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications - Experience with construction projects of similar nature and scope. This will be based on key personnel who has successfully performed at least three (3) construction projects of similar nature and scope within the last three (3) years. •b. Past Performance - Provide three (3) references of the same or similar nature and scope performed within the last three (3) years. •c. Price - The Government will evaluate the reasonableness of the total price in accordance with FAR Part 15.4. The Government will evaluate the offer for award purposes by adding the total price for all options (if applicable) to the total price for the basic requirement. •d. Schedule - Performance work schedule must be submitted. Bidders must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. Site Visits are scheduled as follows: Tuesday, August 28, 2018 at 10:30 am Thursday, September 6,2018 at 10:30 pm Contact Paul Buhse at buhsep@usmma.edu if you intend on attending the site visit Proposals are due on Monday, September 13, 2018, at 12:00 pm, Eastern Standard Time, via email to: Sr. Contracting Officer: Judy Bowers EM: j udy.bowers@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R000036/listing.html)
- Place of Performance
- Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN05040126-W 20180818/180816231101-071321bf56f72c00f38b7e6ff23252a8 (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 |