SOLICITATION NOTICE
Y -- Male Dormitory - 136 Bed/Co-Ed Dormitory 102 Bed & Waste Water Study at the Fort Simcoe Civilian Conservation Center located in White Swan, Washington
- Notice Date
- 6/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, DC, 20210-0001, UNITED STATES
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL079RB20390
- Response Due
- 7/31/2007
- Point of Contact
- Eileen Garnett, Contract Specialist, Phone (202) 693-7984, Fax (202) 693-7966,
- E-Mail Address
-
garnett.eileen@dol.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The General Contractor shall provide all materials, equipment and labor to construct three (3) single-story, 15,018 square feet (sf) 68 bed dormitories and one (1) single-story 7,866 s.f. 34 bed dormitory (all Type VB, R-2 occupancy), and associated site work, including walkways and utilities. Site improvements will include, but is not limited to, new drive and walkways, propane tanks, electrical transformers as well as new domestic water and sanitary sewer lines. Buildings are to be constructed as concrete slab on grade with 12 inch insulated CMU exterior walls, 4? and 8? CMU interior walls, wood trusses, framing, and asphalt shingles. Building shall include an automatic sprinkler system throughout and an analog/addressable fire alarm system, both NFPA 13. Performance shall begin within 14 calendar days from Notice to Proceed (NTP) and shall be completed within 478 calendar days from NTP. The estimated cost range is more than $10,000,000.00. All bidders are advised that construction under this solicitation will be performed on the Yakama Nation Reservation. The successful bidder will be required to comply in full with the Yakama Nation Tribal Employment Rights Ordinance (TERO) included in the plans and specifications for this project. This project will be exempt from all sales tax and the successful bidder will be furnished a tax-exempt number upon award of a contract. The successful bidder will be required to pay the TERO Fee, which equals 1.5% of the contract amount. The TERO Fee shall be paid directly to the Yakama Nation by the successful bidder. Prior to the start of construction, the successful bidder will be required to contact the Yakama Nation Commission and the TERO Office to coordinate compliance with the TERO. Plans and Specifications will be available on or about June 28, 2007 from the firm of Donald I. King, Architects, and 106 Lenora Street, Seattle, WA 98121. Contact Mr. Rico Quirindongo at (206) 443-9939 for additional information. COLLECT CALLS WILL NOT BE ACCEPTED. It is emphasized that the request for plans and specifications must be submitted in writing and directed to the A/E firm listed above to ensure proper handling of requests. Request must be accompanied by a $200 bid-deposit in the form of a certified check, cashier check or money order made payable to the U.S. Department of Labor. Please provide your EIN number (Tax ID number) on each check or money order. Failure to do so may result in your deposit not being refunded. Bid Deposit Refunds will be made prior to award of a contract to those firms returning the bidding document, including plans and specification, to the A/E in good usable condition. One set of the plans and specifications will be made available on a first-come, first serve basis until the initial supply is exhausted. Pick up at the A/E office or delivery may be arranged at an additional change. Any additional shipping charges must be pre-paid and COD request will not be accepted. Additional sets requested from interested parties are subject to bid-deposit requirements, or for request made after the initial supply of the IFB documents has been exhausted, will be available for a for a non-refundable pre-paid fee not to exceed the actual cost of reproduction of the IFB documents, plus shipping charge based on each individual request (if applicable) will be required to obtain the IFB documents. A Pre-Bid Walk-through is scheduled for Tuesday, July 10, 2007, at 1:00 p.m. local time at the project site: Fort Simcoe Civilian Conservation Center, 40 Abella Lane, White Swan, and Washington 98952. This is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $31.0 million. Bidders desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing no later than ten (10) calendar days before the bid opening. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders unable to comply within the ten (10)-calendar day requirement should bid the contract according to your best interpretation of the plans, specifications, and amendments. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at http://www.ccr.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-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/DOL/OASAM/WashingtonDC/DOL079RB20390/listing.html)
- Place of Performance
- Address: 40 Abella Lane White Swan Washington
- Zip Code: 98952
- Country: UNITED STATES
- Zip Code: 98952
- Record
- SN01406609-F 20070915/070913230633 (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 |