Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

Z -- Building 82 Renovation

Notice Date
6/25/2020 7:42:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-20-B-5002
 
Response Due
8/11/2020 11:00:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Joshua L. Woodworth, Phone: 7177704192, DONNA A KAUTZ
 
E-Mail Address
joshua.woodworth@dla.mil, donna.kautz@dla.mil
(joshua.woodworth@dla.mil, donna.kautz@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Building 82 Renovation, DLA Distribution Susquehanna, PA (DDSP), New Cumberland PA 17070. 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 themselves with the conditions existing there.� Failure on the part of the contractor to acquaint themselves with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work:� Provide all necessary labor, material and/or equipment to perform all work associated with the following tasks, but is not to be limited to these tasks alone: Repair exterior of the building by repainting the exterior CMU walls, downspouts, doors and frames, and associated exterior accessories providing a uniform and aesthetic appearance. Replace existing warehouse windows with translucent panels and louvers, or CMU infill. Install a new high speed roll-up door on the east and west ends of the building. Repair existing steam heat system and piping within the warehouse and Administration Annex areas by replacement. These repairs include replacement of the following: Unit Heaters Piping Ventilation Units and Ductwork Building Automation System, etc. Hot Water Natural Gas Boilers (2) with #2 Fuel Oil Back-up Construct new CMU block room on a portion of an existing warehouse dock to house new mechanical equipment. The Warehouse and Administration Areas shall remain fully operational during construction. Much of this area will be recarpeted. New drop ceiling will be installed throughout the annex building. New exhaust fans within the warehouse area will replace existing units at the same locations. New air rotation units will be installed in all bays. Update the electrical system so that the entire building is served by a single, new, centrally located electrical service and associated electrical gear. The new service entrance gear shall re-feed all existing service entrance gear, metering, transformers, distribution panel boards, etc. as required to maintain a complete and usable system. The new service entrance gear shall also be used to feed new electrical distribution gear associated with the additional building upgrades. Remove/replace obsolete electrical gear currently installed within and in the vicinity of the building. Repair existing fire protection piping and heads by replacement. These repairs include removal of existing fire protection piping and heads, and installation of new ESFR sprinkler system. New personnel access doors will be installed to provide Fire Department access to riser assemblies within the warehouse. A new PIV handwheel is to be installed that can be operated outside of the building. Remove existing fire alarm panels and install new fire alarm panels. Repair battery room exhaust fans by replacement. Provide new hydrogen monitoring system to provide alarm signal in the event of high hydrogen content. Install a new branch line off of the gas main under �U� Avenue which was installed under the Building 83 Renovation project. � All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. � Period of Performance:� Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 545 calendar days from receipt of the NTP. � This acquisition is set-aside 100% for Small Business concerns. ������������������������������������������������������������������������������������������������������������������������������������ The NAICS Code for this procurement is 236220.� The small business size standard is $39,500,000. � The magnitude of this construction effort is between $5,000,000 and $10,000,000. � The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-20-B-5002 for the above stated requirement is on or around July 10, 2020.� 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 beta.SAM.gov website at https://beta.sam.gov/.� Hard copies of the solicitation will not be distributed.� � Any questions concerning this project should be directed to the Acquisition Specialist Joshua Woodworth at joshua.woodworth@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 bidders 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.� A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fcf4593b4b254c5986f540ff6abcb07b/view)
 
Place of Performance
Address: New Cumberland, PA 17070, USA
Zip Code: 17070
Country: USA
 
Record
SN05702870-F 20200627/200625230149 (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.