Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

Z -- Antiterrorism Force Protection (ATFP) Upgrades at NOSC Buffalo, NOSC Rochester, and NOSC Syracuse, New York.

Notice Date
6/30/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Portsmouth Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008517B6138
 
Response Due
7/15/2017
 
Archive Date
12/27/2017
 
Point of Contact
Jeannette Vincent 207-438-4619 Alternate POC:
 
E-Mail Address
207-438-4509<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid “Atlantic, Public Works Department Maine, is seeking eligible business firms capable of performing a construction contract to provide ATFP upgrades to the existing gates, fences, and buildings including some new construction and some renovation work at the NOSC locations. The Invitation for Bid(IFB) will be issued on or about 07/15/201717. The procurement method is Sealed Bidding, FAR Part 14. A proposal due date of approximately 08/15/2017 is anticipated for the subject project. Project Description: This is a Design-Bid-Build construction project, with a base bid and two options. Work includes, but is not limited to replacing existing cantilevered sliding vehicle gates with K4-rated vehicle crash gates, reinforcing existing fence lines to achieve a K4 rating removing and replacing existing fence to achieve K4 rating, the installation of polyethylene privacy slats within the new fence lines fence, the installation of egress only turnstiles in existing fence lines, providing power and card access controls to existing egress/ingress turnstiles, extending the existing PA system to an outer building, the installation of pan/tilt/zoom (PTZ) CCTV cameras, the installation of a digital network video recorder (NVR) system, adding door alarm switches and hold open sensors at exterior pedestrian and overhead doors, providing mechanical window opening limiters, the application of security films to existing exterior and interior windows and door glazing, the installation of auxiliary locks to existing doors, the removal of existing interior glazing, the construction of metal stud and gypsum board hard wall partitions, the installation of bullet resistant transaction windows, patching, painting, and incidental related work. Period of Performance: The anticipated contract completion date for this construction project is 270 calendar days from date of award. Contract Magnitude: The magnitude of this construction project is between $1,000,000 and $5,000,000.00 IAW DFARS 236.204. The Northern American Industry Classification System (NAICS) code for this project is 236220. General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database www.sam.gov and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at https://orca.bpn.gov ; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. The solicitation once posted will be available in electronic format only. All documents will be in Adobe Acrobat PDR file format on the NAVY ELECTRONIC COMMERCE ONLINE. The address is https://www.neco.navy.mil/. Contractors are asked to register in the site when downloading from NECO. ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. Please forward technical inquiries in WORD format to Jeannette Vincent via E-Mail at: jeannette.vincent@navy.mil Primary POC: Jeannette Vincent Phone: (207) 4619 Email: jeannette.vincent@navy.mil Alternate POC: Brad Beisswanger Phone: 207-438-4509 Email: brad.beisswanger @navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008517B6138/listing.html)
 
Record
SN04566153-W 20170702/170701000010-94995ee18ef490416fe9833aabefe516 (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.