Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

Z -- BUILDING 1 RENOVATION WING 3 INTERIORS PHASE II PROJECT

Notice Date
6/5/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB194000-12-02298
 
Archive Date
9/30/2012
 
Point of Contact
Leisa R. Lord, Phone: 303-497-3032, Jennifer L. Malcolm, Phone: 303-497-3764
 
E-Mail Address
leisa.lord@nist.gov, jennifer.malcolm@nist.gov
(leisa.lord@nist.gov, jennifer.malcolm@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is not a Request for Proposal (RFP) and does not commit the Government to award any contracts now or in the future. No Solicitation is available at this time. The purpose of this Pre-Solicitation notice is to advertise that the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is contracting for the Renovation of Building 1, Phase II, Wing 3 Interiors Project (B1R Phase II). Statement of Need: NIST requires the construction of the B1R Phase II in order to renovate Building 1, Wing 3 to reinstate it as a state-of-the-art research facility for the performance of highly sophisticated research. The proposed B1R Phase II is a necessity for NIST's continued long-term support of United States (US) industrial competitiveness in the world market. The B1R Phase II consists of an interior upgrade and an expansion of wing 3. The primary objective is constructing Level 3 (L3) capable lab space that will be flexible enough to serve as a swing space throughout the next phases of construction throughout Building 1. Included in the scope of work are enclosed offices, open offices, interaction spaces and service galleys. The B1R Phase II will allow the laboratory to combine the features of close temperature control, vibration isolation, air cleanliness and demanding power quality into a facility of crucial national importance. The B1R Phase II will consist of general purpose instrument laboratories. Temperature control will be achieved down to +/- 0.5 degree C in some areas, humidity control to +/- 5% and air filtration to class 10,000. The B1R Phase II area is approximately 130,000 square feet. Environmental and space requirements for the building are based on extensive programmatic studies of NIST's most technically demanding scientific programs, many of which directly or indirectly support US competitiveness. The building environmental requirements for programs slated for the B1R Phase II can be economically met with renovated laboratory space; therefore, the B1R Phase II is a necessity for NIST's continued long-term support of US industrial competitiveness in the world market. The Solicitation will be released on or about 20 June 2012, with an award anticipated in September 2012. Per FAR 36.204 - DISCLOSURE OF THE MAGNITUDE OF CONSTRUCTION PROJECTS, the magnitude estimated price range of this project is $5,000,000 to $10,000,000. A pre-proposal conference has been scheduled for Wednesday, 27 June 2012 from 9:30 am - noon in Building 1, Room 1108 (Auditorium) National Institute of Standards and Technology located at 325 Broadway, Boulder, Colorado 80305. Information regarding the conference will be contained in the Solicitation posting. Completion time for this project is estimated at four hundred and fifty (450) calendar days after the written Notice to Proceed. One or more of the items under the acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Source Selection will be made using Best Value Trade-Off Process (FAR 15.101-1). Criteria to be evaluated in the selection for award include the following: Volume 1: Technical Capability Factor 1: Experience Factor 2: Past Performance Factor 3: Key Personnel Factor 4: Project Management Volume 2: Price The Government shall not pay for any information solicited. Offers that do not meet all the technical requirements or price reasonableness will not be considered. All Offerors who do not meet the minimum requirements will be notified as soon as they have been determined not to be in consideration any longer. Offers that do not meet all the requirements or are not submitted within the allotted time will not be considered and are subject to FAR 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS (NOV 1999). The Government will assign a specific Contracting Officer's Representative for all project activities. This procurement is 100% set-aside for small business concerns. The NAICS code applicable to this Solicitation is 236220 and the corresponding size standard for determining whether or not a firm qualifies as a small business is $33.5 million in average, annual receipts (gross) over the past three (3) years. Although this procurement is set aside for small business, small firms (including woman-owned, HUBZone, Veteran-Owned small firms and service disabled Veteran-Owned business) are strongly encouraged to participate in the construction and renovation of this federal facility. All firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local (Denver/Boulder area) business concern participation. Please refer to the SBA website for additional details at www.sba.gov. In accordance with the Federal Acquisition Regulation 52.219-14, the contractor is required to perform at least 15% (for general construction) or 25% (for special trade construction) of the cost off the contract and including the cost of materials, with its own employees. IN ORDER TO RECEIVE THE TECHNICAL DATA, SPECIFICATIONS AND DRAWINGS, ALL INTERESTED PARTIES MUST EMAIL A REQUEST TO LEISA LORD (LEISA.LORD@NIST.GOV) REFERENCING THE SOLICITATION NUMBER (SB1341-12-0041) AFTER THE SOLICITATION IS RELEASED IN FED BIZ OPPS. THE SOLICITATION WILL BE RELEASED ON OR ABOUT 20 JUNE 2012. PLEASE DO NOT REQUEST THE SOLICITATION PRIOR TO THE SOLICITATION POSTING. IF THERE ARE ANY QUESTIONS REGARDING THE PRE-SOLICITATION NOTICE PLEASE CONTACT LEISA LORD AT (303) 497.3032. As a reminder, all contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Applications (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on-line at https://www.dnb.com/product/eupdate/requestOptions.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-12-02298/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02766014-W 20120607/120605234726-da053bc84eed5517ba53ef754068e3fa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.