SOLICITATION NOTICE
Y -- Renovate Area 60C, Low Roof Area Only at Defense Logistics Agency Richmond, VA
- Notice Date
- 4/5/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-B-0014
- Point of Contact
- Jaime C. Scott Howard, Phone: 7572017158, Joy M. Wright, Phone: 7572017145
- E-Mail Address
-
jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil
(jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS PROCUREMENT IS AN 8(a) COMPETITIVE PROCUREMENT. The U.S. Army Corps of Engineers-Norfolk District is contemplating a Firm Fixed Price, Construction Contract to Renovate 60C Low Roof Area project at DLA / DSCR, Chesterfield County, Richmond, Virginia. This effort will require the services of a construction firm capable of providing renovations to the low-roof building addition to Warehouse 60, called "60C." It was built in 1953, and is a concrete masonry addition that was used as administrative space, and has been unoccupied for several years. This addition abuts Warehouse 60 and is approximately 6,400 square feet in size. Building 60C has direct access into Warehouse 60 and has entrances onto the loading platforms on both sides. The project renovations include private offices, customer service area, open cubicle workstations, conference space, training space, breakroom, and bathroom work. The building systems such as plumbing, electrical, and fire protection are aging, substandard for current uses, and not in compliance with current building, life safety, and accessibility codes. The building's envelope consists of single wythe painted CMU and single pane windows resulting in poor energy efficiency in accordance with today's standards. The area shows evidence of moisture intrusion which has caused damage to interior finishes and other building components. The interior gypsum walls, carpet and other porous materials exhibit black mold growth. Removal of these materials, as well as mold remediation of semi-porous materials such as wood and CMU and non-porous materials that remain is required. Asbestos and lead paint are also present on the interior of the building and must also be abated prior to construction. The area must be made handicapped accessible in accordance with the current standards of the Architectural Barriers Act (ABA), and must be made compliant with all current ATFP standards, including UFC 4-010-1. The project includes normal sustainability requirements, and also includes a Furniture Package that must be provided. The contractor shall provide all necessary planning, programming, administration, management and oversight, labor, materials, and equipment necessary to execute all facets of work for construction and related services. The work shall be conducted by the Contractor in accordance with the contract terms and conditions and all applicable Federal, State, local laws, regulations, codes and directives. The Contractor shall ensure that all work provided meets the critical reliability rates or tolerances to be specified in the statement of work. The Contractor shall provide deliverables to be specified in the construction contract. The magnitude of construction for this effort is estimated between $1,000,000.00 and $5,000,000.00. The applicable NAICS code is 236220, Commercial and Institutional Building Construction with a Small Business Standard of $36M. Contractors will be required to submit bonding documents prior to award. The Government intends to award a single contract to the responsible offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through an invitation for bid (IFB) process in accordance with FAR Part 9.1 procedures, Responsible Prospective Contractors. The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about April 20, 2018. Telephone calls or written requests for the solicitation package will NOT be accepted. Prospective Offerors are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0014/listing.html)
- Record
- SN04879878-W 20180407/180405231349-8debb6b4a5fe8dc61ddd8bf11d1d8255 (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 |