Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

Y -- AMERICAN RECOVERY AND REINVESTMENT ACT- Columbia Basin Dormitory (Moses Lake, Washington)

Notice Date
5/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4308, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL099RP20684-ColumbiaBasinDormitory
 
Point of Contact
JOHNNY A. ARNOLD, II,
 
E-Mail Address
arnold.johnny@dol.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This procurement is being funded under the American Recovery and Reinvestment Act (ARRA), PL. 11-5 (February 17, 2009). While funds are not presently available for this project, we anticipate funds will become available prior to award. If ARRA funds are not made available, this action may be cancelled. Response Date: June 30, 2009@3:00 pm EDT - The U.S. Department of Labor (USDOL) wishes to procure design-build services for the design and construction of a new 136 bed dormitory building at the Columbia Basin Civilian Conservation Center located in Moses Lake, Washington. USDOL is looking for firms that qualify under the Historically Underutilized Business Zones (HUBZone) Small Business Program as indicated in Federal Acquisition Regulation Subpart 19. The facility will total approximately 28,000 gross square feet. The work shall be designed and constructed to comply with requirements as established by the Leadership in Energy and Environmental Design (LEED) or similar high performance sustainability goals. This dormitory shall be based on a site adaption of the 136 bed dormitory depicted in the plans and specifications included with the RFP documents marked "FOR REFERENCE ONLY and; NOT FOR CONSTRUCTION"; The work shall also include relocation of the existing baseball field; relocation of an irrigation system main; and miscellaneous site improvements in the form of general landscaping, roads, concrete walkways, parking, site drainage, connection to all utility lines and site/security lighting for the new building. Additionally, the work shall include demolition of existing area buildings necessary for construction of the new dormitory. The period of performance shall begin within 14 calendar days from receipt of Notice to Proceed (NTP) and shall be completed within 592 calendar days from receipt of NTP. Substantial completion shall be within 536 calendar days from NTP. This project will be awarded as a firm-fixed price contract and the procurement is estimated between $1 million and $5 million. A Pre-Bid Walk-through will be scheduled at a later date and will be the only opportunity to visit the job site prior to submission of bids. THE EXTENT OF THE WORK WILL BE DESCRIBED IN THE SOLICITATION WHEN IT IS POSTED ON MAY 14, 2009. NO OTHER INFORMATION WILL BE AVAILABLE BEFORE THE SOLICITATION IS POSTED. The design-build contractor shall use the existing design documents provided as the basis for design and will develop new documents, as required, for current code conformance. The design-build contractor shall make any modifications after reviewing the existing design documents for completeness, correctness, and constructability. The North American Industry Classification System (NAICS) code is 236220 for Commercial and Institutional Building Construction and the Small Business Size Standard is $33.5 million. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at http://www.ccr.gov/. THE AMENDMENT REMOVED (8)A FROM THIS TEXT. THIS IS A TOTAL SMALL BUSINESS HUBZONE SET ASIDE
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d703cf3d540be06cbb3eb3a876b918c2&tab=core&_cview=1)
 
Place of Performance
Address: 6739 24th Street, Moses Lake, Washington, 98837-3246, United States
Zip Code: 98837-3246
 
Record
SN01810610-W 20090508/090506222409-d703cf3d540be06cbb3eb3a876b918c2 (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.