Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2016 FBO #5314
SOLICITATION NOTICE

Z -- Building 81 Renovation

Notice Date
6/9/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
SP3300-16-B-0012
 
Point of Contact
Joshua L. Woodworth, Phone: 7177704192, DONNA A KAUTZ, Phone: 717-770-6563
 
E-Mail Address
joshua.woodworth@dla.mil, donna.kautz@dla.mil
(joshua.woodworth@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: Building 81 Renovation, DLA Distribution Susquehanna, PA (DDSP), 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 themselves with the conditions existing there. Failure on the part of the contractor to acquaint themselves with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: Building 81 is a 61,000 SF office facility constructed in 1951 and houses 300 employees. The building consists primarily of office space distributed over a partial ground floor, first floor and second floor. The ground floor is located in the west wing of the building only. The building is constructed of concrete including the roof structure and has one elevator. Contractor to provide all necessary labor, material and/or equipment to perform all work associated with the following tasks, but is not intended to be limited to these tasks alone: •Civil: Construct a new ADA/ABA compliant pathway to main entrance of building. Exterior structural foundation wall repair shall include groundwater infiltration removal system. New foundation drains shall be added along the east and west sides of building to allow subsurface water to be drained to the existing storm drainage system. Extend natural gas service to the east side of building for HVAC system. Extend new underground fire service from existing water main. Replace underground roof drainage collection system piping. •Architectural: Interior renovation shall include removal/replacement of suspended ceiling system, wall finishes, paint, floor coverings and new systems furniture and stairwell renovation. Rehabilitation of the exterior shall include cleaning/washing and painting of the Exterior Insulation and Finishing system. •Mechanical: Remove the existing 2-pipe HVAC system including chiller, boilers, pumps, piping, fan coil units, air handling units, and building control system. Install new HVAC system in total. New system shall be a 4-pipe system with dedicated outside air make up and fan coil units for improved zone temperature control. Install new air cooled chiller and high efficiency natural gas condensing boilers, new local building automation system to control all HVAC components and include provisions for future connection to Installation utility monitoring and control system. Install a new Fire Suppression System throughout the building, including new risers, service entrance from the main and new sprinkler piping throughout the building. The service entrance riser and backflow preventer shall be installed in a new heated room built onto the exterior of the building. The existing Fire Alarm System shall be completely removed and replaced. •Electrical: Electrical system upgrades include replacement of incoming underground power service (to be landed on new switchgear), replacement of all power distribution panels and replacement of interior power distribution infrastructure. •Telecom (Phone/Data): Repair or replace interior communications system as required to accommodate revisions to facility layout and infrastructure improvements. •Telecom (Security/ESS): Includes new building access control system, new CCTV and new intrusion detection system. 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 365 calendar days from receipt of the NTP. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 236220. The small business size standard is $36,500,000. The magnitude of this construction effort is between $5,000,000 and $10,000,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0012 for the above stated requirement is on or around July 5, 2016. 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 Joshua Woodworth at joshua.woodworth@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 bidders 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. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Note: Funds are currently not available, however the Government anticipates funding will be available by June 30, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-16-B-0012/listing.html)
 
Place of Performance
Address: DLA Distribution Susquehanna, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN04145263-W 20160611/160609235237-46a39cd854191a0a4640e9a431be3d33 (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.