Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
SOLICITATION NOTICE

Y -- Seismic and HVAC Upgrades to the Gymnasium (Building No. 26) at the Sierra Nevada JCC

Notice Date
3/21/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL131RB20614
 
Archive Date
6/1/2013
 
Point of Contact
Ronette C. McBean, Phone: 2026933702
 
E-Mail Address
mcbean.ronette@dol.gov
(mcbean.ronette@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
PURPOSE: The following is a pre-solicitation synopsis of a proposed contracting action in accordance with Federal Acquisition Regulation (FAR) 5.201. The Sources Sought associated with this requirement is DOL131RI20598. This is not a request for proposals and no responses will be made to requests for solicitation documents. The solicitation is estimated to be issued on or about April 4, 2013 and will be posted to the Government Point of Entry at http://www.fbo.gov. No reimbursement will be made for any costs associated with providing information in response to this announcement; nor will any follow-up information be provided. PROJECT INFORMATION: The U.S. Department of Labor (DOL) is seeking expressions of interest from potential offerors who possess current and relevant experience, personnel and capabilities necessary to perform Seismic and HVAC Upgrades to the Gymnasium (Building No. 26) at the Sierra Nevada Job Corps Center at Sierra Nevada Job Corps Center in Reno, Nevada. This project entails: The work involves the structural retrofit and renovation of the existing Gymnasium, Building No. 26, at the Sierra Nevada Job Corps Center located in Reno, Nevada. The structural retrofit work involves structural upgrades to the existing roof diaphragms, as well as, roof diaphragm to CMU wall connections for seismic compliance. The renovation work includes removal and replacement of existing roof systems; removal and replacement of existing glazing systems; installation of an Exterior Insulation and Finish System (EIFS) to the exterior of the building; removal and replacement of the existing heating and ventilating systems with new HVAC units, ductwork and controls; asbestos abatement; lead paint remediation; and removal and disposal of an existing underground fuel tank and associated piping. Also included in the work is the removal and replacement of existing concrete walkways and landings, and installation of an underground roof drainage system. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million in average annual receipts. Any resultant contract will be a Firm Fixed Price (FFP) contract. The solicitation will be issued as a competitive 100% Small Historically Underutilized Business Zone (HUBZone) set-aside. The magnitude of this procurement is between $1,000,000 and $5,000,000. This magnitude range does not reflect the proximity of the actual estimated cost. All interested firms shall complete the online registration instructions at the Commercial and Government Entity (CAGE) website http://www.dlis.dla.mil/cage_welcome.asp to obtain a CAGE/NCAGE code number. A DUNS number from Duns and Bradstreet is required to establish a CAGE code. All interested firms must be registered in the CCR website http://www.ccr.gov/ or https://www.sam.gov/portal/public/SAM/. FIRMS RESPONDING WILL BE CHECKED THROUGH THE SBA DYNAMIC SMALL BUSINESS SEARCH SITE http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm to determine their Small Business certification by SBA. The solicitation will be available ONLY via the Internet at the following address: https://www.fbo.gov/. The solicitation will be posted, on or about April 4, 2013, and can be viewed by going to FBO's web site. BASIS FOR CONTRACT AWARD: Selection will be made to the lowest qualified bidder. The low bidder for purposes of award shall be the conforming, responsive, responsible bidder offering the lowest total price. Bids are solicited on an "all or none" basis and FAR 52.214-10, "Contract Award - Sealed Bidding (JUL 1990)" provision. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements. Failure to submit bids for all items listed shall be cause for rejection of the bid. POINTS OF CONTACT: The primary point of contact for this notice is Ronette C. McBean at e-mail mcbean.ronette@dol.gov. A pre-proposal conference will be scheduled for this requirement; details regarding the conference will be outlined in the Solicitation. The tentative date proposals will be due is currently May 17, 2013 (3:00 PM EST). A firm proposal date will be established upon issuance of the solicitation. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/736b4f92badc4afbd7aca99a283bb2e4)
 
Place of Performance
Address: 14175 Mt. Charleston Street, Reno, Nevada, 89506, United States
Zip Code: 89506
 
Record
SN03017408-W 20130323/130321234335-736b4f92badc4afbd7aca99a283bb2e4 (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.