SOLICITATION NOTICE
Z -- Repair Tennis, Roller Hockey, and Basketball Courts at DDSP
- Notice Date
- 7/17/2008
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP310008Q0093
- Response Due
- 9/12/2008
- Archive Date
- 1/30/2009
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
- Small Business Set-Aside
- N/A
- Description
- This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238990. The small business size standard is $13,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The following summary of work 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. Contractor shall provide all necessary materials and labor as required by the plan and specifications to repair Tennis, Roller, and Basketball Courts by performing random crack sealing of all cracks, apply colored sealer acrylic emulsion, restore striping/game lines as indicated on Plan and provide new bituminous pavement at two side poles of basketball court All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and shall complete “Repair of Tennis, Roller Hockey and Tennis Courts Areas at DDSP”. Liquidating damages for failure to complete within the contract times will be $195 for each day of delay until the task is completed or accepted. Working Hours: Majority of the work to be performed shall be during the regular working hours which consist of an 8 ˝ hour period established by the Contracting Officer, Monday through Friday, normally 7:30 A.M. to 4:30 P.M. Preconstruction Conference and Initial Submittals: A preconstruction conference will be held within two weeks after NTP is issued. The contractor shall provide all initial submittal items indicated on the Technical Submittal Registers (FORM 4288) and the following Contract Clause and other non-Technical Initial Submittals in accordance with the Specifications at the Preconstruction meeting. Exceptions to this Submittal delivery requirement may be for material that has long lead-time. Project Submittal Schedule – This Schedule must be provided at the preconstruction meeting for all initial submittal register items not provided at the pre-construction meeting. The contractor shall provide the following non-technical submittal items at the pre-construction meeting: Safety Plan, Work Plan, and any other non-technical submittals identified in the solicitation. Final Submittals: The contractor shall provide the following submittals within twenty-one (21) days after completion of the task order and prior to final payment. The tentative timeframe for issuance of the Request for Quote (RFQ) SP310008Q00093 for this requirement will be the week of August 1, 2008. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package. 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.fbo.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Alan Noble at Alan.Noble@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 RFQ. 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 concerns may submit a bid 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 firm-fixed price on a lump-sum basis, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19fccd5c72a7273836aa2d9c2a940bcf&tab=core&_cview=1)
- Place of Performance
- Address: Defense Distribution Depot Susquehanna (DDSP), 2001 Mission Dr, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN01617007-W 20080719/080717222104-19fccd5c72a7273836aa2d9c2a940bcf (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 |