Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOLICITATION NOTICE

Y -- Lead Stabilization and Restoration of Finishes EPA Complex

Notice Date
6/8/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Repair & Alterations Center 2 (47PM05), 7th & D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
GS-11-P-17-YM-C-0047
 
Archive Date
7/8/2017
 
Point of Contact
Michael Spriggs, Phone: 2022977813, Isaac Karto, Phone: 817-505-5020
 
E-Mail Address
michael.spriggs@gsa.gov, Isaac.Karto@gsa.gov
(michael.spriggs@gsa.gov, Isaac.Karto@gsa.gov)
 
Small Business Set-Aside
HUBZone
 
Description
The General Services Administration (GSA), National Capital Region, Acquisition Management Division, intends to issue a Request for Proposal (RFP) a Firm, Fixed-Price Contract for mitigation of lead-based paint; restoration of historic finishes and provision of access to above-ceiling areas known to contain lead-based materials, in fully-occupied Federal Buildings. The work to be performed under the terms of this contract include, but is not limited to: general construction, as follows: provision, installation and maintenance of temporary isolation barriers; scraping, collection and disposal of lead-based paint materials; patching and painting of walls and ceilings, in historically accurate colors; removal and replacement of acoustical ceiling tiles that may have lead-based paint flakes on upper surfaces; protection of surfaces in occupied office areas, clean-up and disposal of lead-containing and lead-based paint and debris; monitoring of personnel for potential lead exposure, and mitigation of lead-based and lead-containing materials in above-ceiling spaces. Specifically includes coordination with work performed by others. This requirement is set-aside 100% for HubZone Owned Business concerns. The North American Industry Classification System (NAICS) codes for this work is 236220, small business size standard is $36.5 million. All responsible firms may submit an offer. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. The solicitation is anticipated to be issued on or around June 26, 2017. A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Contracting Office Address: General Services Administration Public Buildings Service Region 1 301 7 th St. SW Washington, DC 20024
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/657b100cf4a5b2d15c10d29ddd3589d3)
 
Place of Performance
Address: 301 7th St. SW, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04537971-W 20170610/170608235114-657b100cf4a5b2d15c10d29ddd3589d3 (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.