Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

Y -- U.S. Treasury IDIQ MATOC Construction Services

Notice Date
3/25/2020 6:11:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NATIONAL OFFICE - DO OTPS/TOPS NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
2032H320R00005
 
Response Due
5/1/2020 11:00:00 AM
 
Archive Date
05/16/2020
 
Point of Contact
Nancy Kebe
 
E-Mail Address
nancy.p.kebe@irs.gov
(nancy.p.kebe@irs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This contract will be awarded to multiple small� business contractors to perform multiple award task order construction services to support the Department of Treasury Departmental Office Treasury Operations (TO). Construction task will be performed on multiple Treasury Buildings located in Washington, DC. The scope of work for the projects executed by Task Orders under the contract will include various construction improvements requiring the contractor to furnish all the necessary supervision, labor, parts, tools, materials, equipment, etc., (except as may otherwise be provided for in the specifications) to perform design-bid-build construction projects such as facility repair/alteration, and real property repair/alteration projects on an as needed basis in an expeditious manner. Construction Project types may include, but are not limited to, the following: Office, facility upgrades, interior space, renovations and reconfigurations including demolition; construction of walls and ceilings; installation or modification of HVAC, lighting, electrical, telecom, furniture removal, fire alarm, sprinkler and other systems, flooring, and renovation to meet ADA and Life Safety codes. Work may include renovation of occupied and unoccupied office areas and may include changes to finishes or may include major demolition and rebuilding. Repairs, renovations, and upgrades to the building's exterior including the roof, exterior marble facade, columns, exterior lighting, plazas, fountains, planters, and signage. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, roofing, concrete masonry, welding, telecommunication, furniture removal, and paving. The Contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All workers must be a U.S. Citizen The Award is contemplated as a competitive Small Business set-aside. This acquisition will be procured pursuant to the requirements in FAR Part 15 Contracting by Negotiation and FAR part 36 Construction and Architect - Engineer Contracts. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. All contracting opportunities (announcement, notification, amendment, cancellation) for this solicitation will be posted on at https://beta.sam.gov/ In accordance with FAR Provision 36.204, the magnitude of construction for this requirement is more than �$10,000,000. The North American Industrial Classification System (NAICS) code for this project is 236220 with size standard is $36.5 million. Estimated construction times: Period of Performance is one (1)� Base year plus four (4)� 1-year options Request for Information (RFI)�-� RFIs must be submitted on the attached Question submission form by close of business April 24, 2020. Closing date for Proposals: May 1, 2020 2:00 pm est. In accordance with FAR 6.203, this acquisition is a 100% small business set-aside Contract type: Firm Fixed Price / Best Value Tradeoff ---BIDS SHALL BE SUBMITTED ELECTRONICALLY--- ""Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs."" NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future notices and/or release of the solicitation and amendments. General inquiries regarding this notice may be emailed to Nancy Kebe at nancy.p.kebe@irs.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6dc9866f67994e478b1cf20b33356024/view)
 
Place of Performance
Address: Washington, DC 20220, USA
Zip Code: 20220
Country: USA
 
Record
SN05599932-F 20200327/200325230142 (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  © 1994-2020, Loren Data Corp.