Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

Y -- RECOVERY- DOL110RP20890 MUTIPLE DEFICIENCIES CINCINNATI JOB CORPS CENTER

Notice Date
1/29/2010
 
Notice Type
Presolicitation
 
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
DOL110RP20890
 
Point of Contact
JOHNNY A. ARNOLD, II, Phone: 2026937282, Miriam J. Holst,
 
E-Mail Address
arnold.johnny@dol.gov, holst.miriam@dol.gov
(arnold.johnny@dol.gov, holst.miriam@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
This procurement is being funded under the American Recovery and Reinvestment Act (ARRA), PL. 11-5 (February 17, 2009). Response Date: March 26, 2010 @2:00pm eastern time - The U.S. Department of Labor (USDOL) wishes to procure design build services to conduct abatement of asbestos-containing materials in various areas of the Main Building. This project includes the removal of asbestos-containing materials and replacement of damaged ceiling and wall surfaces in areas of work. The work also includes remove the failed and leaking steam and condensate piping system sections and associated failed/leaking equipment in the Main Building. The contractor shall furnish and install replacement black steel piping (Schedule 80) for the failed steam and condensate piping sections. In addition, the Contractor shall install a 30 gallon condensate receiver with a 2-inch vent to the building exterior terminated 12 ft. above finished grade and associated 15 GPM pump. A 750 gallon boiler feed water tank shall be installed with integral control packages and associated appurtenances including piping support and the highest rated insulation as well as piping required to connect the equipment to the existing heating systems in accordance with the equipment manufacturer requirements. For the condensate receiver, lower a 4 ft.x5 ft section of concrete slab on which the receiver is mounted to allow adjustment to the condensate pipe slope. Re-connect the existing terminal devices to the replaced piping. Energize the new condensate receiver and pump utilizing the existing electrical service in accordance with the manufacturer recommendations and the National Electric Code. Remove existing windows and frames throughout the Center's facilities. Install new single hung windows to match the existing windows as well as new fixed aluminum double pane windows where appropriate. 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. The period of performance shall begin within 14 calendar days from receipt of Notice to Proceed (NTP) and shall be completed within 361 calendar days from NTP. This project will be awarded as a negotiated proposal contract and the procurement is estimated between $500,000.00 to $1,000,000.00. 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 FEBRUARY 26, 2010. NO OTHER INFORMATION WILL BE AVAILABLE BEFORE THE SOLICITATION IS POSTED. USDOL is looking for firms that qualify under the 8(a) Historically Underutilized Business Zones ( HUBZone) Small Business Program as indicated in Federal Acquisition Regulation Subpart 19. Frank Lalumiere: (202) 401-8275 U.S. Small Business Administration Office of Surety Bond Guarantee 409 3rd Street SW, 8th Floor Washington, DC 20416 Website: www.sba.gov/osg PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) at http://ww.ccr.gov, AS WELL AS ENSURE THAT ONLINE REPRESENTATIONS AND CERTIFICATIONS ARE UPDATED IN ORCA at http://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/DOL110RP20890/listing.html)
 
Place of Performance
Address: 1409 Western Avenue, Cincinnati, Ohio, 45214, United States
Zip Code: 45214
 
Record
SN02052768-W 20100131/100129234808-b26276f76b354685e38b2193f6319f0b (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.