SOLICITATION NOTICE
Z -- Building B-56 Bubble Office Area Renovation at the Defense Logistics Agency Distribution (DDJC), California (Tracy site)
- Notice Date
- 3/12/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
- ZIP Code
- 17070-5008
- Solicitation Number
- SP330018Q0041
- Archive Date
- 6/27/2018
- Point of Contact
- Angel D. Maldonado-Rodriguez, Phone: 7177704074
- E-Mail Address
-
angel.maldonado@dla.mil
(angel.maldonado@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor shall furnish all labor, materials, supplies, management, supervision, tools, equipment, and transportation necessary to renovate Building 56 Bubble Office Area at the Defense Logistics Agency Distribution (DDJC), California (Tracy site) in accordance with the drawings and the Statement of Work (SOW). The following summary 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 the contractor will attend the site visit and thoroughly become familiar with the project and 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. SOW and drawings will be provided when the solicitation package is issued. Project Description: Building 56 Office Area Renovation at the Defense Logistics Agency Distribution (DDJC), California (Tracy site). The project consists of performing work, but not limited to, as summarized below. Provide the necessary material and labor as required by the drawings and the SOW for the following tasks: • Renovate B-56 Bubble Office Area. • Site preparation to paint walls in all rooms requires signs and billboards to be removed from the walls. • Paint walls in all rooms with an off-white ivory tusk color semi-gloss paint. • Replace all signs and billboards on the walls. • Site preparation to remove carpet requires the system furniture to be elevated above the floor on wood blocks to access all of the floor area with carpet. This will require the electrical power to be disconnected from the system furniture before the equipment is elevated on the wood blocks. • Remove Carpet tiles and Vinyl Cove Base in Rooms 115, 116, 117, 122 & 123. • Install New Carpet and Vinyl Cove Base (Burke Flooring, 0.080" thick, 4" height, Color - Black #701). • Remove Vinyl Composition Tile and Vinyl Cove Base in the Hallway (Room 121). • Install new Vinyl Composition Tile and Vinyl Cove Base in the Hallway (Room 121). All work shall be performed complete and in accordance with SOW and the drawings. Period of Performance: The contractor is required to execute the work diligently and complete the entire project, ready for use no later than 180 calendar days after the award / Notice To Proceed (NTP) of the purchase order. The time stated for completion shall include final clean up of the premises. Working Hours: Work shall be accomplished during normal working hours Monday through Friday, normally 0700 to 1530, excluding Government holidays. Any power outages shall be scheduled at least 72 hours in advance. This acquisition is 100% set aside for Small Business concerns. The NAICS Code for this procurement is 236220. The small business size standard is $36,500,000.00. The magnitude of this construction effort is between $100,000 and $250,000. The tentative timeframe for issuance of the Request for Quotation (RFQ) solicitation SP3300-18-Q-0041 for the above stated requirement is on or around March 27, 2018. 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. Access to the solicitation package to include the specifications/SOW 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 Angel D. Maldonado at angel.maldonado@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps 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 quote due date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the SAM 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 SAM database. All responsible small business concerns may submit a quote, which shall be considered by this agency. The Government intends to award one purchase order as a result of this RFQ. Award will be made to the lowest responsive, responsible offeror. 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/SP330018Q0041/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN04851010-W 20180314/180312231212-0f1a87d98220b7c678dc35ec8ee10cdd (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 |