SOLICITATION NOTICE
Z -- Modernization of Elevators 5 & 6 @ USDA Whitten Building - Davis-Bacon Act Wage Decision Number DC180002 02/09/2018 DC2 - SF-1442 Solicitation, Offer and Award (Construction, Alteration, or Repair) - Requirements Package - Bridging Documents for Elevator Modernization dated 10/12/17 - Photos of Elevators 5 & 6 (pit, lobbies, hoistway, machine room, etc.) - Past Performance Questionnaire - Historic preservation Report dated 10/14/1997
- Notice Date
- 3/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- 12314218B0006
- Point of Contact
- Gerardo F. Rivera, Phone: 202-720-3812, Todd J. Lennox, Phone: 202-720-6309
- E-Mail Address
-
Gerardo.Rivera@wdc.usda.gov, Todd.Lennox@wdc.usda.gov
(Gerardo.Rivera@wdc.usda.gov, Todd.Lennox@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization Description: USDA Whitten Building Elevators 5 & 6 Modernization RE: Solicitation # 12314218B0006 Modernization of Elevators 5 & 6 @ USDA Whitten Building United States Department of Agriculture (USDA) is seeking a capable firm to perform all work related for the modernization of existing Elevators 5 & 6 at the USDA Whitten Building located at 1400 Independence Avenue, SW, Washington DC, 20250. The general scope of work is to replace elevator cabs, finishes, machinery for each elevator and upgrade all associated MEP systems. This scope is substantive in that each of the two elevator systems include components attributable to housing and operations of a single elevator cab. These components include, at minimum: elevator pit and associated system; the elevator hoistway and associated support structures, cabling and lighting; the elevator car and associated platform, cab, doors and controls; the elevator machine room and associated architectural works, electrical systems, HVAC systems, elevator motors and controls; fire protection systems and associated detectors, alarms, sprinklers, panels and controls; emergency power and lighting, and other Work indicated in the Contract Documents. The Work includes Commissioning requirements. Commissioning agent shall be an independent subcontractor working for the owner but paid for by the D/B Contractor. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, the size standard is $ 36.5 Million of Dollars. The offeror shall be recognized as a small business concern under this NAICS code in their sam.gov registration (specifically under FAR 52.212-3: Offeror Representations and Certifications -Commercial Items (Jan 2017)) at the time of the award. Responses received from offerors that do not comply, will result in not being considered for award. The disclosure of the magnitude of this construction project, in accordance with FAR 36.204, is estimated to be between $1,000,000.00 and $ 5,000,000.00. Performance and Payment Bonds will be required following the contract award, pursuant to the Davis-Bacon Act. This procurement is 100% set-aside for Small Business concerns. All offers from other than Small Business concerns will not be considered. The required construction completion time frame is 521 calendar days, beginning one day after the award is issued by the USDA Contracting Officer. Evaluation will be based on FAR Subpart 36.3-Two-Phase Design-Build Selection Procedures. Phase-one proposals are due no later than Tuesday April 10, 2018, @ 2:00 PM (EST). The USDA source selection team will evaluate all responses and choose up to five (5) of the most highly qualified offerors and request that only those offerors submit Phase Two proposals. Phase Two proposals are due no later than on or about Thursday, May 24, 2018, @ 2:00PM (EST). For the offerors chosen to submit Phase-two proposals a Pre-Proposal Conference is scheduled on or about Thursday April 26, 2018 @ 10:00AM (EST) at the USDA Whitten Building located at 1400 Independent Ave, SW, Washington DC, 20250. Offerors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. USDA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-bid walk-through.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/12314218B0006/listing.html)
- Place of Performance
- Address: USDA Whitten Building, 1400 Independence Ave SW, Washington, District of Columbia, 20250, United States
- Zip Code: 20250
- Zip Code: 20250
- Record
- SN04865775-W 20180325/180323231746-6d1966d17fa6fc0a174512c0e37bd732 (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 |