Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
MODIFICATION

Z -- Construction - Building 56, BOR Rock Lab Renovation

Notice Date
12/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
8PSD-12-B56
 
Point of Contact
Laura A. Magee, Phone: 3032362834, Kathy A. Kirwin, Phone: (303) 236-2853
 
E-Mail Address
laura.magee@gsa.gov, kathy.kirwin@gsa.gov
(laura.magee@gsa.gov, kathy.kirwin@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
EDITED 12-7-11 PRESOLICITATION NOTICE REFERENCE NUMBER : 8PSD-12-B56 TITLE OF CONSTRUCTION PROJECT : Building 56, BOR Rock Lab Renovation DESCRIPTION OF PROPOSED WORK : The objective of this project is to remodel approximately 2,800 square feet of existing space and make it a functional Rock Lab for the Bureau of Reclamation. Work includes, but is not limited to, electrical, plumbing, fire and life safety, architectural, demolition, abatement, and cabinetry. The working area will not be occupied during construction and work shall take place during regular working hours. Only work that creates excessive odors, noise, or is part of abatement shall take place outside of regular working hours. **Estimated Price Range: Between $100,000 and $250,000 **NAICS Code and Title: 236220, Commercial and Institutional Building Construction **Small Business Size Standard: $33.5 million TYPE OF SET-ASIDE : THIS PROCUREMENT IS SET ASIDE FOR AWARD TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB). OFFERS FROM OTHER BUSINESSES, INCLUDING LARGE BUSINESS, WILL NOT BE CONSIDERED. LOCATION OF THE WORK : Denver Federal Center, Jefferson County, Lakewood, Colorado TENTATIVE DATES: **Issuance of Solicitation: December 14, 2011 **Proposals Due: January 18, 2012 **Award Date: January 31, 2012 **Period of Contract Performance: 125 calendar days after notice to proceed PROCEDURES FOR AWARD : A solicitation will be issued requesting both written technical and price proposals. Offers will first be evaluated on technical capability. Those offers found to be technically acceptable will then be evaluated on price. The technically acceptable offeror with the lowest evaluated price will win the award. The Government intends to award without discussions but reserves the right to do so. PLAN AVAILABILITY : The solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. Specifications and drawings will be issued on compact disc and sent to interested offerors after the solicitation has been posted. In order to obtain these plans, offerors must submit two items: (1) completed Request For Sensitive But Unclassified Building (SBU) Information form (to be provided with solicitation), AND (2) a copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. Completed requests may be submitted via email to laura.magee@gsa.gov, via fax to (303) 236-8081 or by mail to Laura Magee, Contract Specialist, (8PSD), U.S. General Services Administration, DFC Building 41, P.O. Box 25546, Denver CO 80225. Request for packages WILL NOT BE ACCEPTED prior to posting of the solicitation. Prospective offerors are encouraged to submit requests as expeditiously as possible after solicitation is issued.. FEE FOR SOLICITATION DOCUMENTS : Solicitation documents are available at no charge. AMENDMENTS TO SOLICITATION : It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS : This procurement is offered for competition limited to eligible Service Disabled Veteran Owned Small Business concerns. SITE VISIT : Tentative date of December 21, 2011 (Complete details to be provided with solicitation.) BONDING : Bid Bonds and Payment/Performance bonds will be required. SECURITY : Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award. IMMIGRATION CONSIDERATIONS : In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS : This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project. ELIGIBLE OFFERORS : All responsible Service Disabled Veteran Owned Small Business (SDVOSB) firms may submit a proposal which shall be considered by the agency. All prospective offerors are also required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission. You may access ORCA via the following URL, www.orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/8PSD-12-B56/listing.html)
 
Place of Performance
Address: Building 56, Denver Federal Center, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN02635237-W 20111209/111207234629-f95e0cb96b3f3797f4c4aeb3a33d9d68 (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.