Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

Z -- Mill Creek Maintenance Building Interior

Notice Date
8/4/2020 3:05:57 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20B0009
 
Response Due
9/15/2020 2:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
David Boone, Contract Specialist, Phone: 5095277227
 
E-Mail Address
david.c.boone@usace.army.mil
(david.c.boone@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled Mill Creek Maintenance Building Interior. The work is located near Walla Walla, Washington. The performance of work for the Mill Creek Maintenance Building (Square feet: 1st floor 1,270 ft� & 2nd floor 864 ft�) shall consist of the following: construction of interior walls (1st floor only) to provide the following project work space areas: vehicle maintenance bay (VMB), work shop, storage, rest room, and laundry. The contractor shall renovate electrical receptacles in the Shop and Mezzanine areas, change the configuration of lighting fixtures, lighting circuits, and light switch controls. Existing lighting within the shop and storage areas shall remain but separate lighting controls shall be provided. The contractor shall also provide recess lighting within the drop celling (sheet rock) areas of the rest room and the laundry room. The contractor shall provide shop and mezzanine floor mounted, non-movable, work benches with pull out drawers and cabinets above and below the benches.� A Heating, Ventilation and Cooling (HVAC) system shall be provided in the form of split units.� Two separate HVAC systems will be required, one for the first floor and the other for the second floor and VMB.� Also the contractor shall provide a floor mounted non movable welding bench and a welding exhaust system with in the VMB. Exterior to the building the contractor shall demolish and construct an asphalt roadway 200 feet long by approx. 17 feet wide.�� The contractor shall slope the new asphalt roadway towards and provide a �V� shape concrete collection channel valley to convey water to a drainage recharge depression. The contractor shall provide all plumbing piping and connections within the building, including: interior water feeder piping (hot and cold), sewer pipe line, drain pipe lines and their connection.� Existing sewer line and drain pipe lines are within the concrete slab floor.� Provide a mop sink within the laundry room and rest room fixtures (sink, toilet, mirror and wall mounted cabinet).� Provide and install an electrical instance hot water heater and hot water reservoir tank.� Provide exterior water feeder line connection by trenching from an existing capped water line to the capped incoming building water line.� Provide exterior connections from a capped drain line to a contractor provided and installed oil/water separator and holding tank.� The contractor shall provide and install a septic tank with a lift station capability to pump sewage 150 feet to another existing septic tank/lift station. Construction shall be completed within 11 months (335 days) after Notice to Proceed. Settlement and Measurement Instrumentation locations will be marked in the field and special care will be taken during construction operations to NOT DISTURB the instrumentation. The solicitation will be issued as an Invitation for Bids (IFB). The Government will include options in the solicitation. This acquisition will result in a single firm fixed-price contract. This procurement is a Women-Owned Small Business (WOSB) set-aside. Competition is restricted to women-owned small business concerns. A small business subcontracting plan is not required. Performance and payment bonds will be required for this project. The NAICS code for this procurement is 237990-- Other Heavy and Civil Engineering Construction. The small business size standard is $39.5 million. The Magnitude of Construction is between $250,000 and $500,000. The solicitation will be made available for download on the beta.sam.gov Contract Opportunities website in late May 2020. Bidders are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder�s inability to access the documents posted at the referenced website. A public bid opening will be held approximately 30 days after the solicitation is posted. The exact bid opening date will be indicated in the solicitation. The apparent low bidder will be requested to provide responsibility criteria in accordance with FAR Subpart 9.1. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to receiving an award. Point of contact for this procurement is David Boone, Contract Specialist at 509.527.7227 or david.c.boone@usace.army.mil. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/632d10019105496491310bd9a26df373/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05744413-F 20200806/200804230148 (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.