MODIFICATION
Z -- Robert H. Jackson United States Courthouse Renovation Synopsis - Amended - Attachment
- Notice Date
- 10/19/2017
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Public Buildings Service (PBS) - CO Acquisition Services Division (47PA01)
- ZIP Code
- 00000
- Solicitation Number
- 47PC1118B0002
- Response Due
- 11/29/2017
- Archive Date
- 12/14/2017
- Point of Contact
- Allison Wiede-Brown
- E-Mail Address
-
Email
(allison.wiede-brown@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this is to correct the following: The total project area is approximately 25,190 sq. ft. The required construction completion date is approximately 315 days commencing one day after Notice of Award. Robert H. Jackson United States Courthouse Renovation - Amended This renovation project consists of two phases which will affect three floors in the Robert H. Jackson United States Courthouse in Buffalo, NY. The floors which are included in this project are the first, second and fifth and all are occupied by U.S Bankruptcy and District Court staff. Areas affected by this construction consist of but are not limited to general office space, mail room, training space and storage. The total project area is approximately 25,190 sq. ft. and the project was designed by NK Bhandari Architecture & Engineering, P.C of Syracuse, NY. The Contractor shall provide all labor, materials, equipment, tools, management, and full time on site supervision. Base work shall include, but is not limited to, finish work, plumbing work, electrical work and miscellaneous mechanical and fire protection work. Exact work description is identified and indicated in the Contract Documents. Products to be used are specified within the drawings and individual Specification Sections. Original construction at the Jackson Courthouse was done utilizing metric units so all new building materials will need to be selected to match the existing dimensional characteristics of the original building features. The contractor shall comply with the projects design specifications and drawings. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The prime Contractor will also be required to have an on-site Supervisor present at all times while work is being done. In accordance with FAR 14.408-1, award will be made as a firm fixed price sealed bid construction contract to a responsible bidder whose bid, conforms to the invitation, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. The magnitude of this construction project is estimated between $1,000,000.00 and $5,000,000. The appropriate NAICS Code is 236220, with a size standard of $33.5 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. The procurement is 100% set-aside for small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately 315 days commencing one day after Notice of Award. The tentative solicitation release date is no earlier than 15 days after posting of this notice in FedBizOpps. To insure that you receive all information regarding this solicitation, be sure to register to receive updates at www.fbo.gov. It is anticipated that the solicitation (IFB) will be issued on or about October 27, 2017 with bids due or about November 29, 2017. The solicitation (specifications, clauses and provisions, and bid forms) will only be available electronically on the FBO website. www.fbo.gov is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition data. Potential bidders must register with FedBizOpps in order to have access to the solicitation material. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. The points of contact for this synopsis are Allison Wiede-Brown, Contracting Officer, (315) 401-3293, allison.wiede-brown@gsa.gov and Edmund Barfour, (315) 751-6205, Edmund.barfour@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/63d4c16b720feb3c07b1a836d0a05c82)
- Record
- SN04717630-W 20171021/171019230900-63d4c16b720feb3c07b1a836d0a05c82 (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 |