Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
MODIFICATION

Z -- SRM LIMA Cafeteria Renovation & SRM LIMA Abrams Center Renovation

Notice Date
7/16/2020 11:41:23 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20B0018
 
Response Due
8/26/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Kelsie Hall, Phone: 5023156201
 
E-Mail Address
kelsie.hall@usace.army.mil
(kelsie.hall@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20B0018 to renovate the Cafeteria and Abrams Center at JSMC in Lima, OH. The project will include Cafeteria Renovation: Replacement of acoustical ceilings, grid, and tiles. Installation of new exhaust hood and fan, removal and replacement of flooring, repair and levelling of concrete slab.� Replace furniture, fixtures, and equipment (FF&E), refinish and repair walls.� New AV system and TV monitor to be installed in dining area and replacement of water heater. New non-structural wall with swinging doors to be installed between kitchen and dining area and refinished entrance area. Building Size: 5,000 SF. For the Abrams Center Renovation: Construct improvements to the entryway, remove the dividing partition in the conference room, add new furniture, refinish restrooms (lights, paint, tile, plumbing, partitions, vanities, toilets), install a new A/V system and TV monitors, remove and salvage photos and repair walls.� Painting, re-roofing, and re-landscaping. Building Size: 3,200 SF.� The Contract Duration is��three hundred and�sixty�(360) calendar days from Contract Award. At the time of bid submission, offerors are required to be registered in the Joint Certification Program (JCP) run by DLIS and must also submit verification that the company is US owned and personnel are US Citizens in order to be considered responsive for this Invitation for Bid (IFB) contract award. JCP information can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx. A US Certification Letter will be included with the IFB package. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be advertised as a Small Business Set-Aside. SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204.�� SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, https://beta.sam.gov/. Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at https://beta.sam.gov/. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Kelsie Hall,�Contract Specialist, at kelsie.hall@usace.army.mil.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d6a55840f5142e6a7362fd29a3f3910/view)
 
Place of Performance
Address: Lima, OH, USA
Country: USA
 
Record
SN05723014-F 20200718/200716230156 (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.