Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2007 FBO #1885
SOLICITATION NOTICE

Y -- On-Site Construction

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2006-N-08572
 
Response Due
11/6/2006
 
Point of Contact
Philippa Butts, Contracts Specialist, Phone 7704882684, Fax 7704882847,
 
E-Mail Address
ezo2@cdc.gov
 
Small Business Set-Aside
8a Competitive
 
Description
This is an indefinite delivery, indefinite quantity, multiple award contract (MAC). This procurement is for one solicitation that may result in multiple awards. The contract will provide annual on-site contract for construction staff located and working at the Centers for Disease Control and Prevention (CDC) Campuses in Atlanta and Lawrenceville, Georgia. The contractor?s first priority is to respond to CDC Critical Mission issues and the secondary priority is to procure and install micro repair and improvement projects. No more than five (5) awards will be made under this solicitation. Each contract is for a base year and four one-year option periods. The maximum annual value of each contract is estimated at $200,000. The total five years (base and four, one-year options) estimated construction cost for all contracts is not to exceed $5,000,000.00. Projects for the Multiple Award Construction Contract (MACC) will have an estimated construction cost between $2,500.00 and $50,000.00. Future task orders will be competed among the awarded contracts. The government guarantees an award amount of $1,500 to each successful offeror over the full term of the contract to include option years. The source selection process has been selected in order to ensure selection of the sources evidencing best overall capability to perform the work in a manner most advantageous to the Government. Offerors will be evaluated on both technical and price proposals. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposers submitting the proposals determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. The approximate solicitation release date is 5 October 2006. The approximate date for receipt of proposals is 6 November 2006. No telephone requests for the solicitation package will be accepted. Email is the preferred method to request a copy of the Request for Proposal and attachments. Send requests to PButts@cdc.gov with RFP No. 2006-N-08572 referenced in the subject line. Technical inquiries must be in written format; verbal technical inquiries will NOT be accepted. Technical inquiries shall be faxed to 770-488-2847, Attention: Philippa D. Butts or email at PButts@cdc.gov. Proposals must be submitted in writing on or prior to the solicitation closing date to the Centers for Disease Control and Prevention, Procurement & Grants Office, Building & Facilities Contracts Branch, 2920 Brandywine Road, Atlanta, GA 30341, Attention: Ms. Philippa D. Butts, M/S K-71. RFP No. 2006-N-08527, Attn: Ms. Philippa Butts, shall be clearly marked on the envelope. Facsimile proposals will NOT be accepted. Proposals sent via email will NOT be accepted. THIS PROCUREMENT IS AN 8(A) SET-ASIDE LIMITED TO CONSTRUCTION FIRMS LOCATED IN ATLANTA, GEORGIA ONLY, INCLUDING OTHER ELIGIBLE 8(A) CONSTRUCTION FIRMS HAVING A BONA FIDE OFFICE THAT IS LOCATED WITHIN A TWO (2) HOUR RADIUS FROM WHERE THE WORK IS TO BE PERFORMED. All other firms are ineligible and will not be considered for award. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31,500,000. In accordance with the provisions of the FAR 52.204-7 Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/CDCP/PGOA/2006-N-08572/listing.html)
 
Place of Performance
Address: Atlanta and Lawrenceville, Georgia Zip Codes: 30341, 30333 and 30245
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01216994-F 20070124/070122222127 (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.