Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2015 FBO #4912
SOLICITATION NOTICE

Z -- Remove and Replace Windows, Buildings 16, 24, 29 and 201 and Remove and Replace Steel Doors, Buildings 16, 21, 24, 29 and 201, DLA Distribution San Joaquin CA (DDJC), Tracy Site

Notice Date
5/5/2015
 
Notice Type
Presolicitation
 
NAICS
238350 — Finish Carpentry 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
SP3300-15-B-0002
 
Point of Contact
DONNA A KAUTZ, Phone: 717-770-6563
 
E-Mail Address
donna.kautz@dla.mil
(donna.kautz@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Remove and Replace Windows, Buildings 16, 24, 29 and 201 and Remove and Replace Steel Doors, Buildings 16, 21, 24, 29 and 201, DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy CA 95304 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. Windows: • Remove existing and Install AW rated insulated glass fixed pane windows. All windows shall be 1" insulated glass consisting of two lites of ¼" glass with a ½" air space. All glass shall be laminated glass with inside pane laminated and tempered and shall be Low-E rated. Window glass color shall be gray (smoked). • Framing shall be composite consisting of strand glass reinforced with polyurethane. Color of subject frames shall be gray/bronze. Buildings 16, 24, and 29 are constructed with concrete walls. Building 201 is constructed with metal framing, and sheet metal siding and trim. Doors: • Remove existing and Install new steel doors in Buildings 16, 21, 24, 29, and 201. All standard steel doors for these warehouses will be 1-3/4" thick (44.5mm) with hallow metal exterior containing insulation. Contractor will install new steel doors with hinges into existing steel door frames, and all dimensions including thickness will be verified by measuring the existing steel doors to be replaced. The door locks will be compatible with Best Locks Model 4OH. The Door Closer Arm will be compatible to UL Listed Model 267S. The exterior color will match the existing shade of blue, and the interior color will match the existing shade of white. The only exception is the exterior color for the doors at Building 201 will be white. Buildings 16, 21, 24, and 29 are constructed with concrete walls. Building 201 is constructed with metal framing, and sheet metal siding and trim. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 180 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238350. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-15-B-0002 for the above stated requirement is on or around May 18, 2015. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. 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 Donna Kautz at donna.kautz@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 IFB. 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. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. 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 IFB. 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/SP3300-15-B-0002/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN03720761-W 20150507/150505235558-1eafb69cb347d7737d6e5965cb203888 (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.