SOLICITATION NOTICE
Z -- Repair Fireproofing, Building 87, DLA Distribution Susquehanna, New Cumberland PA 17070.
- Notice Date
- 3/13/2013
- Notice Type
- Presolicitation
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-13-Q-0062
- Point of Contact
- Mogen Gilson, Phone: 7177704757
- E-Mail Address
-
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor shall provide all labor, transportation, materials, equipment, supplies and supervision to perform the following work: Repair Fireproofing, Building 87, DLA Distribution Susquehanna, New Cumberland PA 17070. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. 1. Project Description: Remove existing and install new spray-applied fire resistive material on existing metal roof deck as indicated on the drawings and specifications. 2. Repair holes on existing metal roof deck with metal decking where indicated on the drawings. Prospective offerors are hereby notified that the following unique or unusual requirements are included in the project; 1. Required Installer Qualifications: a firm or individual certified, licensed, or otherwise qualified by fireproofing manufacturer as experienced and with sufficient trained staff to install manufacturer's products according to specified requirements. 2. Required Design: Contractor shall engage a Pa. Licensed Fire Protection Engineer to provide a Fire Resistive Material Repair Design as specified in 07810 1.6. 3. Contractor shall engage a qualified special inspector to perform special inspections per 07810 3.4 A. All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 200 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours which consist of a 9 ½ hour period established by the Contracting Officer, Monday through Friday, normally 0730 to 1630, excluding Government holidays. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238310. The small business size standard is $14,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of the Request For Quotation (RFQ) SP3300-13-Q-0062 for the above stated requirement is on or around April 1, 2013. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the RFQ. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this RFQ. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0062/listing.html)
- Place of Performance
- Address: Building 87-DLA Distribution Susquehanna, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN03011384-W 20130315/130313235235-30d415e8db2097b8dbb0e1882dd216bf (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 |