Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

C -- Administrative Office of the U.S. Courts (AOUSC) Space Realignments Task 2 and 4, Thurgood Marshall Federal Judiciary Building (TMFJB)

Notice Date
6/16/2020 9:54:58 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
SC18008
 
Response Due
6/30/2020 11:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Jamie L Morton, Phone: 2026152729, Lily Najera
 
E-Mail Address
jamie.morton@aoc.gov, lily.najera@aoc.gov
(jamie.morton@aoc.gov, lily.najera@aoc.gov)
 
Description
THIS IS A PRE SOLICIATION NOTICE FOR Administrative Office of the U.S. Courts (AOUSC) Space Realignments Task 2 and 4, Thurgood Marshall Federal Judiciary Building (TMFJB) NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Architect of the Capitol (AOC), Acquisition & Material Management Division (AMMD), in consistent with the Federal Acquisition Regulation (FAR) 15.201(c)(5) is notifying interested parties that AOC will be seeking information on technically capable, and otherwise responsible, quality contractors for the Administrative Office of the U.S. Courts (AOUSC) Space Realignments Task 2 and 4, Thurgood �Marshall Federal Judiciary Building (TMFJB). The objective of AOC is to award to the most responsive and responsible bidder. This contract will be awarded as a Firm-Fixed-Price Contract. General Description of Scope of Services: The existing office suites were built during the original construction of the TMFJB. In order to meet current operational requirements and increase efficiency, the AOUSC needs to reconfigure and modernize these areas.� The office suites will be renovated to meet the needs of a modern workspace, with teaming space, improved space utilization due to increased number of employees, and updated finishes. The Contractor Shall: Phased demolition of existing 2nd, 4th, and 5th floor spaces Installation of temporary partitions to separate active construction zones from occupied spaces Phased construction of the demolished spaces on 2nd, 4th, and 5th floors Installation of new walls, ceilings, finishes and fixtures Modifications to existing mechanical, electrical and plumbing systems to support new space configurations Start-up and commissioning of new or modified mechanical systems Completion of project operations and maintenance manuals and project close out All work will be performed at night. The construction documents are subdivided into a base bid and four (4) options.� Base Bid:� The base bid includes the demolition and reconstruction of the DAS-ASO spaces (2nd and 5th floor areas) and the DPS-AD suite (4th floor area) Option 1: Replace FCU�s with BASNet compatible units in Task 2 DAS-ASO 2nd and 5th Floor Spaces Option 2: Provide furniture, furnishings and equipment (FF&E)for) for Task 2 DAS-ASO 2nd and 5th floor spaces. Option 3: Replace FCU�s in Task 4 DPS-AD Suite (4th Floor) with BASNet compatible Units Option 4: Option 4 provides furniture, furnishings and equipment (FF&E) for the Task 4 DPS-AD Suite (4th Floor) Size Standard: The NAICS Code for this project is 236220- Commercial and Institutional Building Construction and the small business size standard is $39.5 Million. The estimated cost range of the project is $2,700,000.00 to $4,000,000.00 this includes base plus two (2) option periods. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR Part 15.101-2 (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. This requirement shall be posted in consistent with the Federal Acquisition Regulation (FAR) �Part 6.102 Use of competitive procedures.� THIS IS NOT A SETASIDE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70aff2301868463d859d4d4714788a5a/view)
 
Place of Performance
Address: Washington, DC 20543, USA
Zip Code: 20543
Country: USA
 
Record
SN05692235-F 20200618/200616230203 (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.