Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

Z -- Replace Doors, Fort Detrick, MD

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-14-B-0004
 
Response Due
4/4/2014
 
Archive Date
6/3/2014
 
Point of Contact
TOLORIA DUVALL, 3016192836
 
E-Mail Address
US Army Medical Research Acquisition Activity
(toloria.s.duvall.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The United States Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Garrison (USAG) has a requirement to replace doors in one building at Fort Detrick, MD. The solicitation will be an Invitation for Bid (IFB), which requires vendors to submit their bid, supporting documentation, and best price by the solicitation closing/response date. Bids will be opened at a public opening. The location of the bid opening will be announced in the solicitation. Subject to final review of the bids award will be made to the lowest priced, responsive, and responsible bidder. IFBs are evaluated based on price and price related factors, as well as responsiveness of the bid to the requirements of the solicitation. The work associated with this project includes: a)Work preparatory to beginning construction- The work to be performed to consist of furnishing all labor, tools, materials, equipment, and performing all work required to complete all phases of the project as shown and described throughout the project paperwork and/or project drawings when available. It may require the execution of incidental operations not specifically mentioned herein. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to complete the project. The contractor will be shown the locations of the existing doors to be replaced before the start of the work. The sizes given in this document are for guidelines purposes only and the contractor shall assume the responsibility for the correct sizing of the new doors as well as the placement of the existing hardware to be reused. b)Demolition work- All material removed during the project shall be dismantled or demolished in a manner that will not damage the equipment, building, or material to remain. Contractor shall remove just the door slabs at both of the existing double door locations. Contractor shall reuse the existing door jambs and door hardware at both locations. c)Construction/Repair work- The contractor shall install two new sets of Commercial Metal Double Door slab's at both of the existing double door location reusing the existing frames and all hardware from the existing door. Contractor shall perform all of the necessary preparation to reuse the existing hardware to include the hinge prep, mortise lock prep, electric hinge prep, flush bolt prep, and doors shall have a prime coat paint finish. Door requirements: Door Slab Set #1- One pair of 6070 Commercial Metal Doors, STC 48 Sound Rating, Flush Panel (no glass), 5 quote mark Hinge prep, Mortise Lock Prep, Electric Hinge prep, Flush Bolt prep, Prime Coat Paint Finish to match the other existing doors in the area or per project COR request. Door Slab Set #2- One pair 8080 Commercial Metal Doors, 3 Hour Fire Rated, Flush Panel (no glass), 4.5 quote mark Hinge prep, Mortise Lock Prep, Electric Hinge prep, Flush Bolt Prep, Astragal, With Threshold, Prime Coat Paint Finish to match the other existing doors in the area or per project COR request. Contractor shall reinstall the all of the existing hardware that was removed and saved from the old door slab sets, as well as reconnect all of the required electrical connections to the existing security system at each of the two door set locations. Contractor shall insure proper fit, function, and finish at each of the door locations d)Cleanup and closeout tasks- At the end of each work day and before the project can be considered complete, the contractor shall ensure the work site is cleaned to the satisfaction of the user and COR. The contractor shall not dispose of debris or any material on the government reservation. Contractor shall dispose of all debris/material at an off post landfill in accordance with federal, state, and local regulations at no extra cost to the government. e)Stipulations required to perform work- Executive order (EO 13101) requires the government to insure the contractor considers the following factors when possible: The use of bio-based products, the use of recovered materials, and the use of environmentally preferable products. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for offerors operating under NAICS code 238290, with a size standard of $14.0 million. SDVOSB status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a SDVOSB shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the small business size representation associated with the above NAICS code, an SBA determination shall be obtained. Solicitation number W81XWH-14-B-0004 is anticipated for release to the vendor community on 07 April 2014 and bids will be due on 08 May 2014. The magnitude of the requirement is less than $25,000. A site visit will be held on 10 April 2014 at 2:00 PM ET. While not mandatory, vendors are advised to notify the Contract Specialist via email of their intent to attend the site visit. Questions will be addressed at the site visit as well as responded to in writing and posted as an amendment to the solicitation. Questions must be submitted electronically to the Contract Specialist NLT 15 April 2014 at 5:00 PM ET. No hard copies of the solicitation will be issued by this contracting office. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/default.cfm or https://www.fbo.gov/. Potential offers are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Telephone requests will not be honored and bidder lists will not be maintained. Potential offerors are required to direct all questions via email to toloria.s.duvall.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-14-B-0004/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03329930-W 20140406/140404234147-a3a0e9659e079091ac546fb73c64b057 (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.