SOLICITATION NOTICE
Y -- AMERICAN RECOVERY AND REINVESTMENT ACT FORT SIMCOE RENOVATIONS DOL110RB20925
- Notice Date
- 3/26/2010
- 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
- RECOVERY-DOL110RB20925-Fort-Simcoe-Civilian-Conservation-Center-Renovations
- Point of Contact
- JOHNNY A. ARNOLD, II,
- E-Mail Address
-
arnold.johnny@dol.gov
(arnold.johnny@dol.gov)
- Small Business Set-Aside
- HUBZone
- Description
- This procurement is being funded under the American Recovery and Reinvestment Act (ARRA), PL. 111-5 (February 17, 2009) Response Date: May 14, 2010@2:00pm edt - The U.S. Department of Labor (USDOL) wishes to procure renovation services (including HVAC and Electrical Wiring) to numerous buildings; and also demolition services are required at the Fort Simcoe Civilian Conservation Center in White Swan. 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. The work includes renovation of the dining hall and food preparation portions of the Cafeteria/Culinary Arts Building (Building 156). The existing building totals approximately 11,740 gross square feet with approximately 9,100 gross square feet associated with the food preparation, food service and dining areas, and approximately 2,640 gross square feet associated with culinary arts training. The kitchen and dining portions of the building were constructed in 1975 with an addition to the building for the culinary arts vocation, constructed by the center, being completed in 2002. The project consists of three (3) phases. Phase 1 consists of the demolition of two (2) dormitory buildings, Building No. 115 and Building No. 118. Building No.'s 115 and 118 are both 14,248 gross square foot single story wood framed structure with a combination of brick and stucco exterior walls and asphalt roof construction in 1965. Building No.'s 115 and 118 demolition work includes hazardous material removal prior to demolition. Incidental to the demolition work is utility removal and site demolition. Phase 1 work may be performed concurrently with either Phase 2 or Phase 3 work. Phase 2 consists of the temporary renovation of the Lobby and Theater/Conference Rooms in the Education/Recreation Building, Building 117, for use as interim food service and dining space. Work in this phase include relocation of existing kitchen and food service equipment from Building 156 to Building 117, installation of new food service equipment, minor utility work to service the relocated equipment, and the rental of portable kitchen trailers for food preparation during the renovation efforts at Building 156. Phase 2 must be completed prior to the start of Phase 3. Phase 3 work consists of the renovation of the existing dining, servry, and food preparation portions of Building 156 totaling approximately 9,100 gross square feet. Work in this phase consists of roof removal and replacement; exterior upgrades; interior renovations; new mechanical, electrical, and plumbing systems; new fire alarm system and devices; and new servry and kitchen equipment. Also included in the Phase 3 work isrestoration of the temporary servry and dining space in Building 177 to its original condition, site demolition; new electric, sanitary and water utility services; site work; and landscaping. All bidders are hereby 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. The successful bidder will be required to pay the TERO Fee which shall be paid directly to the Yakama Nation by the successful bidder The period of performance shall begin within 1 calendar day from receipt of Notice to Proceed (NTP) and shall be completed within 390 calendar days from receipt of NTP. Substantial completion shall be within 360 calendar days from NTP. This project will be awarded as a firm-fixed price contract and the procurement is estimated between $1,000,000 and $5,000,000. 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 APRIL 13, 2010. NO OTHER INFORMATION WILL BE AVAILABLE BEFORE THE SOLICITATION IS POSTED. 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/. Estimated Cost Range: Between $1,000,000.00 and $5,000,000.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/RECOVERY-DOL110RB20925-Fort-Simcoe-Civilian-Conservation-Center-Renovations /listing.html)
- Place of Performance
- Address: 40 Abella Lane, White Swan, Washington, 98952, United States
- Zip Code: 98952
- Zip Code: 98952
- Record
- SN02103610-W 20100328/100326234613-5fc45e63a7e8c80e7eda859481e3113c (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 |