Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2021 SAM #7030
SOLICITATION NOTICE

Z -- Keating US Probation 2nd Fl Office Relocation - Construction

Notice Date
2/25/2021 11:32:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 OPERATIONS BRANCH B NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0221R0011
 
Response Due
3/12/2021 1:00:00 PM
 
Archive Date
03/27/2021
 
Point of Contact
Allison Wiede-Brown, Phone: 3152434272, Kyle Cole, Phone: 7204817787
 
E-Mail Address
allison.wiede-brown@gsa.gov, kyle.cole@gsa.gov
(allison.wiede-brown@gsa.gov, kyle.cole@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Updated 2/25/2021 @ 230pm - Questions & Answers: The questions and answers are�posted in the attachment section. Updated 2/19/2021 @ 745am - Site Visit sign in sheet: The Site Visit sign in sheet is posted in the attachment section. Updated 2/10/2021 @ 1130am - Solicitation Posted: In order to receive the Specifications and Drawings for this solicitation, you must complete the Document Security notice. �The Document Security Notice must be sent via email to allison.wiede-brown@gsa.gov and kyle.cole@gsa.gov. There is a virtual pre-site visit conference scheduled for Wednesday, February 17th, 2021 at 11:00 AM EST. �Please email Allison.wiede-brown@gsa.gov and kyle.cole@gsa.gov to confirm your attendance and you will be sent the meeting invite. �This conference is mandatory if you will be attending the site visit. �The site visit will be held on Thursday, February 18th, 2021 at 10:30 am. �at the Kenneth B. Keating Federal Building, located at 100 State Street, Rochester, NY. �Please email the following individuals if you would like to schedule a site visit: allison.wiede-brown@gsa.gov, kyle.cole@gsa.gov and erin.bishop@gsa.gov. �Please allow for sufficient time to process through security. �Only one representative per general contractor will be allowed, no sub contractors will be allowed, bring your own PPE and if you would like to view above the ceiling, please bring your own ladder. �The site visit is not mandatory, but is encouraged. Questions are due via email to the contracting officer and contract specialist by close of business on Thursday, February 25, 2021 (allison.wiede-brown@gsa.gov and kyle.cole@gsa.gov). Bids are due Friday, March 12th, 2021 by 4:00 pm EST. �We will only be accepting proposals electronically. �Please send via email to allison.wiede-brown@gsa.gov and kyle.cole@gsa.gov. Synopsis 47PC0221R0011:� US Probation 2nd Fl Office Relocation- Construction The U.S. Probation office is renovating approx. 9,800 sf. of space on the 2nd floor of the Kenneth B. Keating Federal Building and Courthouse to consolidate and move their existing offices on the 1st floor. There are 3 bid options as well: Bid Option 1: includes the removal and replacement of (29) additional fan coil units, and�all associated piping, piping insulation, testing, and programming in the indicated second�floor tenant space. 2. Bid Option 2: includes the painting, furring out and insulating of the exterior�storefront panels, and the insulating of the exterior columns in the indicated second floor tenant space. 3. Bid Option 3: includes all work shown here in to abate, demolish and renovate�the indicated tenant space and a portion of the adjacent corridor on the first floor. For the construction work to support this project initiative, GSA requires a construction contractor to procure, supply and furnish all materials and labor to implement the work set forth by the design documents, drawings and specifications. The Work will be constructed under a single prime Contractor. Phasing will be required based on Bid Options awarded. The total project area is approximately 9,800 SF. In accordance with FAR 15.3, award will be made as a firm fixed price construction contract to a responsible bidder whose proposal, conforms to the RFP, will be most advantageous to the Government, considering price and the technical factors included in the RFP. The magnitude of this construction project is estimated between $1,000,000 and $5,000,000. The appropriate NAICS Code is 236220, with a size standard of $38.5 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required.� The procurement is 100% set-aside for all small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately one hundred and sixty-six (166) calendar days commencing one day after Notice to Proceed. The tentative solicitation release date is no earlier than 15 days after posting of this notice in Beta.SAM.gov. The procurement is subject to FAR 52.232-18 Availability of Funds (APR 1984). All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. It is anticipated that the solicitation (IFB) will be issued on or about February 10th, 2021 with bids due or about March 12th, 2021. The solicitation (specifications, clauses and provisions, and bid forms) will only be available electronically on Beta.SAM.gov. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. To receive specifications and drawings, please fill out the document security notice form and send via email to Kyle.cole@gsa.gov or Allison.wiede-brown@gsa.gov. Once the completed document security notice form is received and the information verified, the specs and drawings will be sent via email. The document security notice form will be located in the attachment section once the solicitation is posted. The point of contact for this synopsis is Allison Wiede-Brown, Contracting Officer at Allison.wiede-brown@gsa.gov. The Project Manager will be Erin Bishop, erin.bishop@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf3f394f88af4019a4b6638014b851e3/view)
 
Place of Performance
Address: Rochester, NY 14614, USA
Zip Code: 14614
Country: USA
 
Record
SN05927011-F 20210227/210225230106 (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.