Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

Z -- GSA Hanley 14th Floor GSA Space Relocation

Notice Date
4/9/2020 8:01:11 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 UPSTATE NY SRVCE CTR ALBANY NY 12207 USA
 
ZIP Code
12207
 
Solicitation Number
47PC1120R0010
 
Response Due
5/26/2020 1:00:00 PM
 
Archive Date
05/27/2020
 
Point of Contact
Katherine S. Wheeler, Phone: 3154480605
 
E-Mail Address
katherine.wheeler@gsa.gov
(katherine.wheeler@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis 47PC1120R0010: GSA 14th floor Space Consolidation Construction Project. The General Services Administration (GSA), Public Building Service, Upstate Acquisition Management Division, Region 2, 100 S. Clinton Street, Syracuse, NY is currently conducting market research to determine the interest, availability, and capability of small business concerns that are capable of providing office renovation work at the James M. Hanley Federal Building, 100 South Clinton Street, Syracuse NY 13261. The purpose of this project is to renovate approximately 4,400 sq. ft. on the 14th floor for the General Services Administration and relocate employees from the 13th floor to the 14th floor.� This project was designed by NK Bhandari Architecture & Engineering, P.C of Syracuse, NY. The Contractor shall provide all labor, materials, equipment, tools, management, and full time on site supervision. Base interior work shall include, but is not limited to, demolition, construction of walls and ceiling, HVAC modification, installation of finishes (carpet, paint, tile etc.), doors, casework, woodwork, plumbing, electrical, fire protection, mechanical work, and relocation of employees. Exact work description will be identified and indicated in the Contract Documents in the Solicitation. The contractor shall comply with the projects design specifications and drawings. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The contractor is also to provide onsite supervision at all times work is being performed, including afterhours work as needed. In accordance with FAR 15.3, award will be made as a firm fixed price construction contract to a responsible bidder whose proposal, conforms to the RFP, will be most advantageous to the Government, considering price and the technical factors included in the RFP.� The magnitude of this construction project is estimated between $1,000,000 and $5,000,000. The appropriate NAICS Code is 236220, with a size standard of $38.5 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required.� The procurement is 100% set-aside for all small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately one hundred sixty (160) calendar days commencing one day after Notice to Proceed. The tentative solicitation release date is no earlier than 15 days after posting of this notice in Beta.SAM.gov. The procurement is subject to FAR 52.232-18 Availability of Funds (APR 1984). All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. To receive specifications and drawings, please fill out the document security notice form and send via email to Katherine.wheeler@gsa.gov.� Once the filled out document security notice form is received and the information verified, the specs and drawings will be sent via email. The point of contact for this synopsis is Kate Wheeler, Contracting Officer, Katherine.wheeler@gsa.gov The Project Manager will be Erin Bishop, erin.bishop@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f278098bc83449590d2c4c5c50e3d6d/view)
 
Place of Performance
Address: NY 13261, USA
Zip Code: 13261
Country: USA
 
Record
SN05615949-F 20200411/200409230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.