Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

Z -- BUILDING 17 OFFICE RENOVATION

Notice Date
5/17/2017
 
Notice Type
Presolicitation
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP330017B0004
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. The scope of work includes but is not limited to the following: •a. Renovate B-17 Office Areas. •b. Remove Carpet tiles and adhesive in north office area (asbestos abatement requirements). •c. Construct New Walls with doors in north office area. •d. Paint all walls with a new coat of white paint. •e. Install New Carpet and Cove Base in north office area (carpet specifications attached). •f. Remove Cabinets and Sink in break area. •g. Remove Two Walls next to Training Room area (asbestos abatement requirements). •h. Install New Carpet and Cove Base in break area (carpet specifications attached). •i. Remove Carpet tiles in south office area (no asbestos requirements). •j. Install New Carpet and Cove Base in south office area (carpet specifications attached). •k. Install New Electrical Panel in the main office to provide 12 each 20 amp 120V circuits for the system furniture installation. Provide a 100 amp circuit breaker in main Panel 173A to feed the new panel for the system furniture. •l. Install New LAN and Electrical requirements for 20 new system furniture workstations. This work must be coordinated with the furniture installers in order to integrate the wiring into the furniture raceways (LAN Specification attached). •m. Contractor shall verify all existing conditions and dimensions. •n. All demolished material shall be disposed of off-site from DDJC property. •o. Install twenty (20) new system furniture cubicles in the Building 17 office area. The typical workstation will be 8' by 8'. New chairs and conference tables will be installed with the system furniture. •p. Site Preparation: The existing office furniture will be removed by the general contractor providing renovations prior to installation of the new furniture. •q. The furniture installation must be coordinated closely with the general contractor who will install the electrical and LAN computer lines to be integrated with the system furniture in the raceways. •r. The Government representative shall perform an inspection of work upon completion. •s. Provide any other material and/or perform any other labor necessary to make the office area fully operational and ready for use. •t. Any work outside this scope shall be approved in advance by the Engineering Technician or Contracting Officer Representative. •u. All material shall be in new condition unless otherwise specified, shall be "Made in USA", and shall meet the Buy American Act requirements. •v. The electrical installation shall be performed in a neat and professional manner. All conduit shall be installed level/plumb; run parallel/perpendicular to the building and/or column lines, and be sized ¾" or larger. All conduit couplings shall be of the compression type. All conduit, fixtures and junction boxes shall be properly secured to the building structure. •w. The job site shall be left in a clean and orderly condition during construction and all construction debris and excess material shall be removed upon completion of the job. The use of Government trash cans, dumpsters, or other waste receptacles is prohibited unless work is performed exclusively by WOLVERINE personnel. •x. All work shall comply with Unified Facility Guide Specifications and OSHA 29 CFR 1910. •y. All work shall conform to the current NFPA/NEC code, including NFPA 70E. •z. Construction shall be in compliance with all applicable local, state and federal standards. •aa. Contractor is subject to all DDJC health and safety regulations and DLA security requirements. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 180 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. Any power outages shall be scheduled 72 hours in advance. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238350. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-17-B-0004 for the above stated requirement is on or around June 9, 2017. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330017B0004/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION, SAN JOAQUIN (DDJC), TRACY, California, 95304, United States
Zip Code: 95304
 
Record
SN04512508-W 20170519/170517235730-ffdf971fa21d1f4ccdaf46b48a26f546 (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.