Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
MODIFICATION

Z -- OTT - Visitors Information Center HVAC - Amendment 1

Notice Date
6/11/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-15-0033
 
Archive Date
7/2/2015
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Eric Johnson, Phone: 906-932-1330 ext 322
 
E-Mail Address
acaliguri@fs.fed.us, ericjohnson@fs.fed.us
(acaliguri@fs.fed.us, ericjohnson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions & Answers from Pre-Bid Meeting Amendment to AG-569R-S-15-0033 This solicitation has been modified to include Q&A's and specification clarifications. Please see the attached SF30 and Q&A document. The actual solicitation package and applicable attachments will be posted on or about May 18, 2015. A PRE-BID MEETING IS SCHEDULED ON THURSDAY, MAY 21ST, 2015 AT 10:00 AM CDT. LOCATION IS THE OTTAWA NATIONAL FOREST VISITORS CENTER, WATERSMEET, MICHIGAN. DIRECTIONS: FROM THE INTERSECTION OF US HIGHWAY 45 & US HIGHWAY 2 IN WATERSMEET, MI., TRAVEL 0.25 +/- MILES EASTERLY ALONG US HIGHWAY 2 TO THE OTTAWA NATIONAL FOREST VISITOR'S INFORMATION CENTER/WATERSMEET-IRON RIVER RANGER DISTRICTS ADMINISTRATIVE OFFICE ACCESS ROAD INTERSECTION. TURN RIGHT (SOUTH) ON TO SAID ACCESS ROAD AND TRAVEL 0.20 +/- MILES SOUTH & WESTERLY ALONG THIS ROAD TO THE OTTAWA NATIONAL FOREST VISITOR'S INFORMATION CENTER. The Lake States Acquisition Team is announcing an opportunity to bid on a project to rehabilitate the HVAC System at the Visitor Information Center of the Ottawa National Forest in Watersmeet, Michigan. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $25,000 and $100,000. The applicable North American Industry Classification System (NAICS) Code is 238220. The Small Business Administration size standard is $7.5 million. Contractors are required to be actively registered with the System for Award Management (SAM) database and completed their online representations and certifications. Bacon-Davis wage rates will apply to this contract. Payment protection is required on bids exceeding $30,000. No reimbursement will be made for any costs associated with providing information in response to this solicitation, amendments, or any follow up information requests. No hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. Contract estimated completion date is on or about August 28, 2015. The scope of work includes, but is not limited to, removing existing boilers and associated piping, expansion tanks & equipment, and replacing with specified energy efficient boiler and associated piping, expansion tank(s); replacing insulation on refrigeration suction piping; adjusting duct(s) to align with outlet/inlet of air handling unit(s); installing mini-split air conditioning system and appurtenances, controls, piping, conduit, wiring, electrical, etc.; relocating some of the existing electrical controls for some of the mechanical and/or electrical equipment; minor cabinetry removal; installing new electric panel; demonstration training of Forest Service personnel to operate the revised/upgraded/new HVAC system(s); preparing & providing operation & maintenance (O&M) manuals for revised/upgraded/new HVAC system(s); and other items designated under provisions of this contract necessary to complete the entire project per specifications and in the established timeframe. All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. Offers may be hand delivered, e-mailed to acaliguri@fs.fed.us SUBJ: AG-569R-S-15-0033 or mailed to the address in Block 8 of the SF-1442 form. No fax bids will be accepted. Contractors must complete and return: 1) SF-1442 Form 2) Section B 3) Section K 4) Experience Questionnaire or equivalent information. Contracting Officers Representative for this contract is: Eric Johnson, 906-932-1330, Ext.322
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-15-0033/listing.html)
 
Place of Performance
Address: E23949 US 2, Watersmeet, Michigan, 49969, United States
Zip Code: 49969
 
Record
SN03762028-W 20150613/150611235809-9c04005a96ff047d6fc31320350d59e1 (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.