Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

Z -- REPLACE HVAC SYSTEM WAREHOUSE 17 BUBBLE

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-R-0020
 
Response Due
7/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide labor, transportation, materials, equipment, supplies and supervision to perform the following summary of work located at Defense Distribution Center San Joaquin, Tracy Site, Tracy, CA. The following summary is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly familiarize himself with the project. Specifications and drawings will be provided when the solicitation package is issued. The work includes: 1. Replace single pane windows with new dual pane windows 2. Replace existing metal doors with wood doors 3. Replace window AC and suspended heaters with central gas packaged units. 4. Replace suspended ceiling, ceiling tiles and light fixtures. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP). A pre-construction conference will be held approximately 20 days after NTP. Initial submittals will be provided to the Government COR at this time. Contractor shall complete the entire work ready for use within 180 calendar days after receipt of the NTP. This acquisition is a small business set aside pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). In accordance with FAR 19.1007(b)(1) this agency is re-instating the use of small business set-aside. The NAICS Code for this procurement is 236220. The small business size standard is $31,000,000. The magnitude of this construction effort is between $100,000 and $250,000. The tentative timeframe for issuance of Request for Proposal (RFP) SP3100-06-R-0020 for the above stated requirement is the week of June 12, 2006. A site visit will be conducted. The exact date and time for the site visit will be stated in the solicitation package. The solicitation will also establish the proposal due date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.eps.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible small business concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest priced technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. The solicitation will detail the evaluation factors for award. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER (DDJC), TRACY SITE, TRACY, CA
Zip Code: 95304
Country: USA
 
Record
SN01052501-W 20060520/060519133303 (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.