Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

Y -- DBB ARNORTH BLDG 16 South Wing Renovation FSH

Notice Date
9/15/2020 4:02:19 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20B0049
 
Response Due
9/16/2020 8:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Stella I Morales, Phone: 8178861074, Linda Eadie, Phone: 8168861085
 
E-Mail Address
stella.i.morales@usace.army.mil, linda.d.eadie@usace.army.mil
(stella.i.morales@usace.army.mil, linda.d.eadie@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*************AMENDMENT #7 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS ***************** *************AMENDMENT #6 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS **************** ************AMENDMENT #5 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS****************** ************AMENDMENT #4 TO SOLICATION HAS BEEN ISSUED- SEE ATTACHED SF 30 FOR DETAILS****************** ***********AMENDMENT #3 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS******************** Replace FAR clause 52.204-24� (Dec 2019) with FAR clause 52.204-24 (Aug 2020).� ************AMENDMENT #2 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS******************* �� � **************AMENDMENT� #1 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS ***************** DBB package delivery method. B16 is part of the Quadrangle at Fort Sam Houston, constructed in 1878 for the Quartermaster General, and it originally served as a garrison. The building has been renovated numerous times, and each floor of the building now houses various offices for the United States Army North (5th Army). The combined layout of the buildings is situated in a square configuration. The east and west sides (wings) are both single-story buildings. The south wing is a two-story construction; it has a �Sally Port� entrance in the center of the south end of the quadrangle and a space for a stairwell to access the second floor. This project will require the renovation of certain rooms and the first and second floor of B16 South Wing to provide customer with comfortable offices and administration/operational facilities conducive to performance of assigned mission tasks for the next 25 years while requiring only minimal, routine maintenance. Successful renovation efforts will provide updates to infrastructure that comply with current code and Unified Facilities Criteria spelled out in design documents. The scope of the first floor, south wing renovation of rooms 115 through 133 is approximately 20,000 square feet in size. The scope of the second floor, south wing renovation of rooms 217 through 224 is approximately 5,500 square feet in size, and it is also comprised of load-bearing limestone block walls around the building perimeter and at key building junctures on the interior. Life Safety, Fire Protection, AT/FP, and Hazardous Materials (mold, LBP, Asbestos, etc.) issues.will need to be addressed. The work will involve but not limited to structural, electrical, plumbing, HVAC and duct work; replacement of fixtures, interior partitions, doors, frames, interior finishes, and insulation in accordance with design requirements. NOTE: Due to the historical significance of B16, the exterior windows and doors are not being replaced as part of this renovation. No roof work will be part of this project DFARS 236.204 Disclosure of the magnitude of construction projects is $5,000,000 to $10,000,000.� Offers are due NLT 08 September at 1000 a.m. (CDT).� Public bid opening procedures are applicable for this solication.� A firm-fixed price contract is anticipated to be awarded using Invitation for Bid procedures.� Anticipated contract award date on or about 25 September 2020.� The period of performance is 365 days after receiving Notice to Proceed.� This announcement is open to Total Small Business Set Aside to include:� Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, Service Disabled Veteran Owned Small Business.� The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis-Bacon Act. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.beta.sam.gov/.� The use of the website requires prior registration at www.beta.sam.gov/. Plans and specifications will not be made available in paper format or on compact disc. It is the Offeror's responsibility to monitor the Beta.Sam.gov web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. You may register with SAM at https://www.sam.gov/.� The Primary Point of Contact for this project is Stella Morales, USACE Contract Specialist, (817) 886-1074; email�Stella.i.morales@usace.army.mil. The Government reserves the right to use only the Internet as notification of any�amendments to this solicitation. It is the offeror's responsibility to view the beta.SAM.gov website daily for� amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the beta.sam.gov address after solicitation issuance at the following address: https://www.beta.sam.gov/Solicitation Number.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9eca809f7f6a432d81fdfaf30d4d453b/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN05797977-F 20200917/200915230153 (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.