MODIFICATION
Z -- Buildiing 50 Elevator Installation at the Jefferson Labs Campus - Solicitation 1
- Notice Date
- 3/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 11-223-SOL-00030
- Archive Date
- 5/4/2011
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- attachment J-1 drawing G-1 attachment J-1 drawing E-1 Attachment J-1 drawing A-2 Attachment J-1 drawing A-1 Attachment J-1 project manual RFP The Food and Drug Administration, Jefferson Lab Complex in Jefferson, Arkansas, is seeking firms interested in providing and installing 2,100 lb. capacity passenger elevator system in building 50. The scope of work consists of installing a complete and fully operational 2100 lb. Capacity Seven Floor Passenger Elevator System in Building 50. The new system will be installed per existing construction drawings and manufacturer's specifications and it shall meet all federal and state safety code requirements. It is a stand-alone system. The Firm shall provide all materials, labor and equipment necessary to prepare the existing shaft to receive the new system and then install the new system in its entirety. The Firm is responsible for the testing of all system parts and components to verify that they are in working order prior to installation, and if there is any part or component failure after installation the Firm will replace the parts or components at no cost to the government. The contractor is responsible for the installation of all architectural, electrical (including a 480 volt grounded transformer), mechanical, and any other requirements associated with the new system at each floor. The Firm is also responsible for all testing requirements. Upon completion of construction, the Firm shall provide operational testing to demonstrate 100% successful performance prior to commissioning of system. The Firm shall also provide as-built drawings, four (4) sets of O & M manuals and four (4) hours of training. This procurement will be set aside for Service-Disabled Veteran-Owned Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 236220: Commercial and Institutional Building Construction and the Small Business Size Standard is $33.5 M. The period of performance is 180 calendar days after issuance of the Notice to Proceed. The Magnitude of construction is between $500,000 and $1,000,000. The resulting contract will be a firm-fixed price. The anticipated release date of the RFP is on or about February 22, 2011. Drawings and specifications will be available for download on Federal Business Opportunity website when the RFP is issued. Pre-Proposal/Site Visit for interested vendors will be held on site in Jefferson Arkansas on Wednesday march 30, 2011 at 10am local time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00030/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02403071-W 20110319/110317234319-090b919e8690150973495940575ee749 (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 |