Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
MODIFICATION

Y -- Armed Forces Medical Examiner System (AFMES) Medical Warehouse Addition/Alteration at Dover Air Force Base, Dover, Delaware

Notice Date
7/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-15-R-0038
 
Archive Date
9/16/2015
 
Point of Contact
Emily M. Acedo-Malaney, Phone: 2156566912, Schon M. Zwakman, Phone: 2156563241
 
E-Mail Address
emily.m.acedo-malaney@usace.army.mil, Schon.M.Zwakman@usace.army.mil
(emily.m.acedo-malaney@usace.army.mil, Schon.M.Zwakman@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The work includes phased construction of a new 6,200 SF warehouse addition to the existing AFMES facility (Building 115) and renovation of the existing 3,300 SF warehouse. The new warehouse shall be a pre-engineered metal building system constructed on aggregate pier foundations. Renovation of the existing warehouse includes new interior partition walls and finishes, and modifications to HVAC, electrical, telecommunications, intrusion detection, entry control, Fire Alarm/Mass Notification, and Fire Protection systems as necessary to convert the area for use as administrative space. Selective demolition of exiting partition walls, finishes and systems is required. Work also includes demolition of existing site features, and new site work including relocation of existing equipment, paving and site utilities. The base bid for the work on this project consists of a lump sum price for all work detailed and described in the drawings and specifications. In addition, the contract work may consist of the following five optional bid items. Option 1 consists of fixed and mobile shelving units. Option 2 consists of relocating existing shelving and equipment. Option 3 consists of a wire mesh partition with sliding doors. Option 4 consists of the Public Address System. Option 5 consists of the Intrusion Detection System. The contract duration for this effort is 365 calendar days including any and all options. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors, listed in descending order of importance, are: Factor 1 - Specialized Experience, Factor 2 - Key Personnel, Factor 3 - Past Performance, and Factor 4 - Price. The relative importance of factors will be listed in detail in the solicitation. The Government reserves the right to reject any or all proposals prior to award. Award of the contract will be made as a whole to the offeror with the lowest price proposal found to be technically acceptable conforming to all requirements of the specifications. Offerors are advised an award may be made without discussions or any contact concerning the proposal received. Offerors are advised to submit their best offer on their initial submission. The NAICS Code for this project is 236220 - Commercial and Institutional Building Construction and the small business size standard is $36,500,000.00. Estimated cost range for this project is $1,000,000.00 to $5,000,000.00. Issue date for the Request for Proposal is anticipated on or about July 31, 2015. Anticipated proposal due date will be 2:00 PM EST, on or about, September 1, 2015; however this information is subject to change. Offerors should review the entire solicitation once it is posted. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. All contractors must be registered in the System for Award Management (SAM) as required by FAR 4.11. Registration information may be obtained by phoning 866-606-8220 or by accessing the internet website at https://sam.gov/. Liquidated damages will be applicable to this project and specified in the solicitation. Davis Bacon wage rates will be applicable to this project. Proposal Bonding, Performance Bonding and insurance is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-R-0038/listing.html)
 
Place of Performance
Address: Dover Air Force Base, Dover, Delaware, United States
 
Record
SN03802828-W 20150722/150720234903-af93a850c510eaef2d0bb24b4ba8dc56 (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.