SOLICITATION NOTICE
Z -- Renovatation of Office Area
- Notice Date
- 7/26/2018
- 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
- SP330018B0010
- Point of Contact
- Paul J. Holbert, Phone: 7177707492
- E-Mail Address
-
paul.holbert@dla.mil
(paul.holbert@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to renovation of Office Area in Building 30, Mezzanine Office at DDJC with all the required components over the identified work areas. This project will consist of providing all labor, supervision, materials, tools, and equipment to renovate Office Area in Building 30, Mezzanine Office, DDJC Tracy site as defined in the scope of work. This project is 100% Small Business Set Aside. 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 him/herself with the conditions existing there. Failure on the part of the contractor to acquaint her/himself with the site conditions will not be sufficient reason for any increase in contract price. PROJECT DESCRIPTION: This project will provide construction services to include all labor, management, supervision, tools,materials, equipment, and transportation to renovate Building 30 Office Area. The project will include the following: The scope of work includes but is not limited to the following Renovate B-30 Office rea (see Appendix 1 for items a thru j): a. Remove three (3) cubicles on the south side of the main area to make room for new office walls. b. Remove the wall and door located in the Division Chief Office located in the southwest corner of the mezzanine office area. Fill in the ceiling tile gap to provide a clean look for the ceiling after the wall is removed. c. Construct new office walls and doors to create four (4) new private offices. d. Install new light switches in the four (4) new private offices. e. Relocate seven (7) existing light fixtures to provide clearance for the new walls. f. Install a fire-rated window and wall construction into an existing double door opening (75-1/4" wide x 81-1/2" high). The window and wall construction must meet the design requirements for a 90 minute firewall. The window design can be identical to the new window installation in the Division Chief Office. g. Relocate existing air vent to provide clearance for the new walls (see Appendix 5 for items g thru i). h. Install new air vent for the new private office. i. Split the existing air supply duct to provide ventilation to the new private offices. j. Install a new LAN Jack in the new private office on the south side wall (see Appendix 11). k. Site preparation to paint walls in all rooms requires signs and billboards to be removed from the walls (see Appendix 2 for items k thru m). l.Paint walls in all rooms with an off white ivory tusk color semi-gloss paint (see Appendix 6). m.Replace all signs and billboards on the walls. n.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 (see Appendix 3). o.Remove Carpet tiles and Vinyl Cove Base (see Appendix 3 & 4). p.Install New Carpet Tile (Color - Charcoal, see Appendix 7). q.Install new Vinyl Cove Base (Burke Flooring, 0.080" thick, 4" height, Color - Black #701, see Appendix 8). r.UFC Paint Specification is provided in Appendix 9. s.UFC Carpet Specification is provided in Appendix 10. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 180 calendar days after receipt of Notice to Proceed. Working Hours: The work to be performed shall be during the regular working hours which consist of 8 hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1530, excluding Government holidays. 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 $100,000 and $250,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-18-B-0010 for the above stated requirement is on or around August 10, 2018. 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 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 Paul Holbert at paul.holbert@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 offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the quote closing date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: 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 a contract as a result of this IFB. Award will be made to the lowest priced, responsive, responsible bidder. 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/SP330018B0010/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin DDJC, 25600 South Chrisman Road, Building 30, Mezzanine Office Area, Tracy Site, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN05008770-W 20180728/180726231204-0adc5f91afc0243b9e4cac455bc4cf70 (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 |