Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

Z -- Building 42 ""Bellwood Club"" Renovation, DLA Richmond, VA

Notice Date
12/2/2019 8:59:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620B0002
 
Archive Date
02/28/2020
 
Point of Contact
Synease S McArthur, Phone: 7572017062, Dianne K. Grimes, Phone: 7572017839
 
E-Mail Address
synease.s.mcarthur@usace.army.mil, Dianne.K.Grimes@usace.army.mil
(synease.s.mcarthur@usace.army.mil, Dianne.K.Grimes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number:W912EQ-20-B-0002Notice Type:Pre-SolicitationSynopsis:The Norfolk District, Corps of Engineers will be issuing a solicitation for a Small Business, firm fixed price, Invitation for Bid (IFB) to complete Building 42 “Bellwood Club” Renovation, DLA Richmond, VAPROJECT DESCRIPTION: U.S. Army Corps of Engineers (USACE) Norfolk District is seeking a business capable of renovating Building 42 “Bellwood Club” at DLA, Chesterfield County Richmond, Virginia. Building 42 is a registered historical building; therefore all work to the interior and exterior of the historical building must be performed in a method to maintain the historical accuracy of the building as approved by the historic authorities. The project includes the interior renovation and repair of the existing building to include new floor, wall, and ceiling finishes. The restrooms fixtures will be replaced along with the restroom accessories. The scope of work also includes providing a new HVAC System, new plumbing fixtures and new lighting. The existing sprinkler system will be replaced and heads shall be adjusted to fit within the center of the new suspended ceiling panels. The cabinetry in the upstairs kitchette shall be removed and new cabinetry installed. The exterior front porch shall be modified to bring it back to its original design. The shingle roof on the historical building shall be removed down to the existing rood deck. A new cricket shall be installed adjacent to the existing chimneys and a new standing seam roof over 30# felt over ice-and-water shield, shall be installed on the historical building. The walls at the scullery and near the first floor fire place shall be removed and rebuilt. The anticipated period of performance is 365 calendar days.Liquidated Damages shall be assessed in the amount of $825.00 for each day of delay. The Magnitude of Construction is between $1,000,000 AND $5,000,000. The NAICS code applicable to this requirement is 236220, with a small business size standard of $39.5 million.The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.THIS IS A SMALL BUSINESS SET ASIDE. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. THIS SOLICITATION WILL BE AN IFB WITH DRC’S. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals.CONSTRUCTION TIMEThe commencement of work shall begin 30 days after the Notice to Proceed (NTP); all work shall be completed within 365 calendar days after the Notice to Proceed (NTP)A copy of this solicitation may be downloaded from the Federal Business Opportunity (FedBizOpps/FBO) Web Site at https://www.fbo.gov. The solicitation will not be available in paper format; however, the Government reserves the right to revert to paper when determined to be in the Government's best interest. All documents required for the bid submittal, including amendments to the solicitation, shall be in paper medium. The Invitation for Bid due date will be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.NAICS CODE AND SBA SIZE STANDARD: NAICS 236220 with a size standard of $39.5 million.TYPE OF SET-ASIDE: Small BusinessSearch on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications.In accordance with FAR 52.204-7, all vendors shall be registered in System for Award Management (SAM) prior to award, during performance and through final payment of any contract. Vendors must also be registered in Representations and Certifications Applications (included in SAM). Lack of registration in the SAM database will make an Offeror ineligible for award. Vendors may register for SAM by calling 1-866-606-8220 or register online at www.sam.gov. North American Industry Classification System (NAICS) Code applicable (237710 listed above) to this acquisition must be in vendor’s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company.Inquires may be directed to Synease McArthur by email at synease.s.mcarthur@usace.army.mil cc’d Dianne Grimes at Dianne.K.Grimes@usace.army.mil.TELEPHONE INQUIRES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/39dad166699d4205970607df1a86aadd/view)
 
Place of Performance
Address: 67000, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05506373-F 20191204/191204045509 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.