Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2020 SAM #6847
MODIFICATION

Z -- Building Six Phase Four Renovation - Solicitation

Notice Date
8/26/2020 7:51:12 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M7 USPFO ACTIVITY IN ARNG INDIANAPOLIS IN 46241-4839 USA
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-20-B-00007
 
Response Due
9/25/2020 10:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
Sheri Herrin, Phone: 8125261742, Thomas Fleming
 
E-Mail Address
sheri.r.herrin.civ@mail.mil, thomas.s.fleming.civ@mail.mil
(sheri.r.herrin.civ@mail.mil, thomas.s.fleming.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Notice - the USPFO for Indiana will award a single firm fixed-price contract for service for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction services to be performed under the firm fixed price contract will consist of renovations of the West wing, first and second floors, in Building 6, Camp Atterbury, Edinburgh, Indiana.� Totality of renovation project to be verified thru the combination of Statement of Work, Technical Specifications, and Construction Drawings.� The project scope includes, but is not limited to, the following alterations to the transient lodging rooms and common areas (hallways and exterior) as identified in drawings for Phase 4.� The selective demolition of interior and exterior elements as specified, to include selected walls, floor tile, ceramic floor tile, ceilings, plumbing systems, selected electrical systems and lighting.� New construction of interior walls in accordance with floorplans, changing shared bathrooms to single use.� Installing new plumbing fixtures and all associated piping.� Installing new bathroom mechanical exhaust components.� Installing ceramic tile flooring, with an epoxy grout in the bathrooms.� Repairing concrete ceiling/floor decking as needed from drilling necessary for 2nd floor plumbing fixtures.� Installation of new hallway/room doors & closers.� Installation of vinyl plank flooring (in accordance with approved manufacturer�s recommendation) and wainscoting in hallways.� The patching, preparing and finishing of all surfaces identified in drawings and finish schedules in accordance with approved submitted manufacturer�s recommendations, providing final samples as required before finalizing.� Contractor shall execute all refuse and recycling in accordance with post, state, and Federal environmental requirements. The contract duration is 270 days after notice to proceed. This project is set aside 100% for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.00. The magnitude of construction is between $1,000,000 and $5,000,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states ""By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded"". All due dates are listed in the solicitation form 1442. Please read carefully. The date for the pre-bid conference is on September 9, 2020, 1 p.m. Eastern time, location is in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. Directions and instructions for entering the base will be provided in the solicitation package. Actual dates and times are identified in the solicitation.� A site visit will follow the pre-bid conference. The bid opening date is scheduled for on September 25 2020. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award ManagementSAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM.� You will need your DUNS number to register.� Instructions for registering are on the web page.� The solicitation and associated information and the plans and specifications will be available only from the beta.sam website online at https://www.beta.sam.gov/.� BetaSam is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. INTERESTED BIDDERS/OFFERORS MUST REGISTER WITH Beta.Sam BEFORE ACCESSING THE SYSTEM AND ARE ENCOURAGED TO START THE REGISTRATION PROCESS NOW.� Registration instructions can be found on the Beta.Sam website.� Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. DISCLAIMER: The official plans and specification will be located on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities 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. NGB April 2020� B-3
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/514e38c965d44d0eada5a220d83908b5/view)
 
Place of Performance
Address: Edinburgh, IN 46124, USA
Zip Code: 46124
Country: USA
 
Record
SN05773792-F 20200828/200826230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.