SOLICITATION NOTICE
Y -- PY'02 136 Bed Male Dormitory
- Notice Date
- 4/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room S4203, Washington, DC, 20210
- ZIP Code
- 20210
- Solicitation Number
- DOL051RB20044
- Response Due
- 6/22/2005
- Archive Date
- 12/31/2005
- Point of Contact
- Gwendolyn Fox, Contract Specialist, Phone (202) 693-3308, Fax (202) 693-2965, - Marissa Dela Cerna, Senior Contract Specialist, Phone (202) 693-3320, Fax (202) 693-2965,
- E-Mail Address
-
fox.gwendolyn@dol.gov, delacerna.marissa@dol.gov
- Small Business Set-Aside
- 8a Competitive
- Description
- The work to be performed involves the construction of a new 29,836 Gross Square Foot 136 bed male dormitory building at the Fort Simcoe Civilian Conservation Center located in White Swan, Washington. The building shall be a single story masonry block structure. The work will also include miscellaneous site improvements in the form of storm water drainage, connections to all utilities (not limited to electrical power, propane fuel tank and service lines, potable water, sanitary sewer, and provision for telephone, cable TV and IT services), paving required to service the building, site/security lighting and general landscaping associated with the new building. Begin performance within 14 calendar days from receipt of notice to proceed and complete it within 422 calendar days. Substantial completion shall within 366 calendar days. The estimated cost range is from $1,000,000.00 to $5,000,000.00. Plans and specifications will be available on May 18, 2005, ONLY from the firm of Donald I. King, Architects, 106 Lenora Street, Seattle, Washington 98121. Contact Mr. Brian Berard at (206) 443-9939 for additional information regarding this project. Collect calls will not be accepted. It is emphasized that requests for plans and specifications MUST be in writing and a $200 bid-deposit is required for each set, which is refundable when plans and specifications are returned in good condition as determined by the Government. This bid deposit must be in the form of a certified check, cashier’s check, or money order made payable to the U.S. Department of Labor and submitted to the A/E firm named above at the time of request to ensure proper handling. Please provide your EIN number (Tax ID number) on each check and/or money order. Failure to do so may result in your deposit not being refunded. Requests subject to the stated bid deposit amount will be limited to the issuance of one (1) complete set per request from any interested party. Plans and specifications will be made available for pick-up at the A/E's office, or may be arranged for delivery at an additional charge. Any additional shipping charges must be pre-paid and COD requests will not be accepted. All requests will be answered on a first-come, first-serve basis until the initial supply is exhausted. For additional sets requested from interested parties subject to bid-deposit requirements, or for requests made after the initial supply is exhausted, a non-refundable fee not to exceed the actual cost of reproduction of the IFB documents, (to be determined by the Contracting Officer) plus a shipping charge based on each individual request (if applicable), will be required in order to obtain the IFB documents. A Pre-Bid Walk-through is scheduled for June l, 2005, at 1:00 p.m. local time at the project site. This will be the only opportunity to visit the job site prior to submission of bids. The Bid Opening Date is scheduled for June 22, 2005, at 11:00 a.m. local time at the A/E's office mentioned above. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $28.5 million. This is a 100% Small Business Set-Aside acquisition. All bidders are hereby advised that construction under this solicitation will be performed on the Yakama Nation Reservation. The successful bidder will be required to comply in full with the Yakama Nation Tribal Employment Rights Ordinance (TERO) included in the plans and specifications for this project. This project will be exempt from all sales tax and the successful bidder will be furnished a tax exempt number upon award of a contract. The successful bidder will be required to pay the TERO Fee which equals 1.5% of the contract amount. The TERO Fee shall be paid directly to the Yakama Nation by the successful bidder. HUB-Zone, small disabled veterans, woman-owned, small disadvantaged businesses, 8(a) businesses, and small businesses are encouraged to apply. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. Bidders desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing no later than ten (10) calendar days before the bid opening. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders unable to comply within the ten (10) calendar day requirement should bid the contract according to your best interpretation of the plans, specifications, and amendments. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at: http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOL/ETA/WashingtonDC/DOL051RB20044/listing.html)
- Place of Performance
- Address: 40 Abella Lane White Swan, Washington
- Zip Code: 98952
- Country: USA
- Zip Code: 98952
- Record
- SN00794078-F 20050424/050422212939 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |