Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

Z -- Worland Field Office Renvoation Phase II

Notice Date
7/31/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L12PS00936
 
Point of Contact
Marcia Fox
 
E-Mail Address
mgfox@blm.gov
(mgfox@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is PRE-SOLICITATION NOTICE ONLY (not a Solicitation / Request for Proposals for Construction Services). The Bureau of Land Management (BLM) intends to issue a solicitation for a contract to renovate and repair the BLM Worland Field Office located in Washakie County, WY. This acquisition will be a competitive acquisition for a single award Firm Fixed Price (FFP) contract. This requirement is a total small business set-aside for qualified Small Business vendors only. The designated NAICS Code is 236220, Commercial and Institutional Building Construction, with a size standard of $33.5 million. The estimated magnitude of this requirement is between $1,000,000 and $5,000,000. The government anticipates a contract length of 329 calendar days. The solicitation will be issued as a request for proposal (RFP) utilizing FAR Part 15, best value source selection process. The government anticipates release of the solicitation on or about 27 August 2012, with a projected closing date of 11 October 2012. These are projected dates and are subject to change. This solicitation and all amendments will be issued only through the Federal Business Opportunities website (FedBizOpps) at http://www.fbo.gov. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates /amendments to any documents. The government reserves the right to award without discussions therefore; the offerors initial proposal shall contain its best terms. Interested parties currently registered in the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov whose CCR and ORCA registrations were set to expire between July 15 and October 15 have been extended 90 days, so there is no action needed for most registrants until October. All data from the legacy systems is being moved to the System for Award Management (SAM). When it is time to renew, SAM will notify users by email (60, 30, and 15 days prior to the date when their record is set to expire) and tell them how to proceed. Current users, who need to update their records before their expiration dates and new users, will need to review the quick start guides and webinars in the Help tab of http://sam.gov. Interested parties must be registered to receive a Government award. Requirement: A.The Work consists of but is not limited to the following: 1. Administration building: Renovation (including required demolition) of the interior: a. Structural: Reinforcement of main steel frames and 2nd floor mechanical mezzanine addition. b. Interior: Remove and replace interior walls, realign corridors and offices. Remove suspended ceiling in areas and replace suspended ceiling in others. Replace lights, sensors, and controls. Repair exterior walls as required and apply new floor finishes. Reconstruct first floor bathroom for accessibility. c. Mechanical: 1) Recondition existing air handler in place and add DDC 2) First Floor: Replace the majority of the HVAC system including temperature sensors, controls, and VAV boxes. Some new ductwork required. 3) Second Floor: Replace the HVAC system including temperature sensors, controls ductwork, and VAV boxes. 4) Fire Suppression: Install new a new sprinkler system on both floors. Modify and supplement the existing sensors and alarms. d. Electrical: Replace lighting with high efficient lighting with occupancy and light sensing controls and controls and power distribution system including modification of existing. e. Phone & Data: Replacing and /or updating phone and data distribution system. f. Intercom/paging: Replacing and /or updating intercom/paging system 2. Warehouse building: Renovation (including required demolition) of the interior: a. Workout room door and ventilation modifications b. HVAC: Replace controls and temperature sensors. c. Fire Suppression: Modify existing system to accommodate administration portion and additional runs to existing interior rooms and supplement existing sensors and alarms. d. Interior: As needed to install sprinkler system e. Electrical: Minimal. 3. Exterior work: a. Selected window replacement and window additions to the administration building The project is designed to partially comply with U.S. Green Building Council's Leadership in Energy & Environmental Design (LEED) Rating System. Therefore, some LEED requirements shall be required. The work is located at an operational BLM Field Office with staff and public access. Impact to BLM operations must be kept to a minimum and carefully coordinated with the Contracting Officer. This announcement serves as the advanced notice for the project. It is for information purposes only and not a solicitation announcement. The Government is not responsible for any costs Offerors incurred to prepare for anticipated solicitation. All Offerors are invited to attend a Site Visit tentatively scheduled for mid-September 2012. Further details regarding the site visit will be issued with the solicitation. Contracting Office Address: BLM / NOC (OC-664), Denver Federal Center, Bldg. 50, PO Box 25047, Denver, CO 80225 Place of Performance: BLM Worland Field Office, 101 South 23rd, Worland, WY 82401 Washakie County, WY, USA Point of Contact: Marcia Fox Contracting Officer mgfox@blm.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS00936/listing.html)
 
Place of Performance
Address: BLM Worland Field Office101 South 23rdWorlandWY82401USA
Zip Code: 82401
 
Record
SN02822100-W 20120802/120801000732-c7789d3403ba09fd7ecdaa9b86b03df9 (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.