Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

Z -- MOFFETT BLDG 19 SELECTIVE DEMOLITION/HAZMAT REMEDIATION

Notice Date
5/5/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO CA 95819-6027 US
 
ZIP Code
00000
 
Solicitation Number
G17PS00500
 
Response Due
6/23/2017
 
Archive Date
7/8/2017
 
Point of Contact
Caravelli, Jeffrey
 
Small Business Set-Aside
Total Small Business
 
Description
MOFFETT BLDG 19 SELECTIVE DEMOLITION/HAZMAT REMEDIATION Demolition - Selective demolition and hazardous materials abatement on the second floor of Bldg 19 at NASA Ames Research Center (Moffett Field) in Mountain View, CA The U.S. Geological Survey is beginning the process of moving the majority of its personnel resources from their current location in Menlo Park, CA to NASA Ames Research Center (Moffett Field) in Mountain View, CA. The scope of this project is to complete selective demolition and hazardous materials abatement on the second floor of Bldg 19 at Moffett Field in the summer/early fall of 2017 in preparation for a complete renovation of that space to accommodate over 200 employees. We are separating the demolition effort from the subsequent renovation effort because other academic tenants will be out of the space during the summer, and so it is preferable to conduct invasive demolition activities when there is minimum occupancy in the space. We are under contract with CTA Architects Engineers to develop demolition and construction specifications; we expect a complete demolition package in mid- to late-May 2017 and ideally would like demolition to commence in early July 2017. All relevant project documents will be made available electronically to interested parties at no charge with the Invitation for Bids (IFB). Tentatively, we expect the IFB to be available approximately 05/22/2017 and to be open for thirty (30) days. A site visit opportunity will be provided during the open period, and prospective contractors are urged and expected to inspect the site where work will be performed. The period of performance is expected to be approximately sixty (60) days from issuance of the notice to proceed. The estimated magnitude of this project is between $750,000.00 and $1,500,000.00. The Construction Wage Requirements Statute (prevailing wage, formerly Davis-Bacon Act) will apply. A bid bond will be required with all bids. The successful contractor will be required to obtain performance and payment bonds before being given the notice to proceed. There will be no restriction on subsequent competition for work on this building - the successful contractor may bid on and potentially win the construction portion of this effort. We intend to award a firm-fixed price contract in accordance with the procedures of Federal Acquisition Regulation (FAR) Parts 14 (sealed bidding) and 36 (construction and architect-engineer contracts.) The applicable product/service code is Z2AA, "repair or alteration of office buildings." The applicable NAICS code is 236220, "commercial and institutional building construction," size standard $36.5M. This acquisition is reserved exclusively for participation by small business concerns and there is no incumbent contractor. Prospective contractors must hold an appropriate contractor's license in the State of California at the time bids are due to be considered for this project; this is a definitive responsibility criterion. All State of California regulations regarding contractor's licensing, including the use of appropriately licensed subcontractors, shall be followed on this project. Prospective contractors who are not licensed will be considered not responsible. Prospective contractors must submit evidence of current licensure (including evidence of the licensure of named subcontractors) with their bids or the bid will be considered not responsive. Prospective contractors do not need to respond to this presolicitation notice. Questions or concerns should be submitted to the Contracting Officer, Jeff Caravelli, 916-278-9341 or jcaravelli@usgs.gov. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00500/listing.html)
 
Record
SN04497635-W 20170507/170505234208-a3b091a594192fcb1264c46b6a4b71f9 (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.