Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOLICITATION NOTICE

Z -- Resurface concrete floor

Notice Date
7/10/2017
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation 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
SP3300-17-B-0010
 
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
Resurface concrete floor in building 30. Contractor shall provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation to resurface concrete floor in building 30 at DLA Defense Distribution Depot San Joaquin in accordance with Scope of Work (SOW). 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: 1 General Requirements •1.1 Contractor is to provide all labor, materials, equipment, supplies and transportation to complete the work described herein. •1.2 Strip old finish and apply new coating to concrete floor. •1.3 Concrete floor slab repair work shall be performed in accordance with ACI 224R-01 requirements. 1.4 Contractor shall complete all work within three weeks to minimize the conveyor system downtime. 2 Warehouse 30-2 2.1 The area to be resurfaced is approximately 106,000 square feet. 2.2 Mechanically remove old finish from concrete via bead-blast machine, grinder or some other equivalent/effective process. 2.3 Hand grind edges and rough areas as required. 2.4 Prep and fill any divots/cracks larger than a quarter. 2.5 Provide and install multi-part resinous floor system specified in Section 3. 3 Flooring Repair Material 3.1 All concrete divots/holes shall be repaired with Armorseal 650 SL/RC or equal-self leveling re-coatable epoxy. 3.2 Install clear coat high build epoxy using the Armorseal HS Polyurethane Floor Enamel or equal sealer. All work shall be performed complete and in accordance with the SOW. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 30 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 238910. 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-0010 for the above stated requirement is on or around July 25, 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/SP3300-17-B-0010/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, CA (DDJC), TRACY, California, 95304, United States
Zip Code: 95304
 
Record
SN04573399-W 20170712/170710235901-cfafb447774883f055e5546e21c97a81 (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.