Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOLICITATION NOTICE

Z -- SRM LIMA Cafeteria Renovation & SRM LIMA Abrams Center Renovation

Notice Date
5/29/2020 12:43:10 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20B0018
 
Response Due
6/15/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Kelsie Hall, Phone: 5023156201
 
E-Mail Address
kelsie.hall@usace.army.mil
(kelsie.hall@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20B0018 to renovate the Cafeteria and Abrams Center at JSMC in Lima, OH. The project will include Cafeteria Renovation: Replacement of acoustical ceilings, grid, and tiles. Installation of new exhaust hood and fan, removal and replacement of flooring, repair and levelling of concrete slab.� Replace furniture, fixtures, and equipment (FF&E), refinish and repair walls.� New AV system and TV monitor to be installed in dining area and replacement of water heater. New non-structural wall with swinging doors to be installed between kitchen and dining area and refinished entrance area. Building Size: 5,000 SF. For the Abrams Center Renovation: Construct improvements to the entryway, remove the dividing partition in the conference room, add new furniture, refinish restrooms (lights, paint, tile, plumbing, partitions, vanities, toilets), install a new A/V system and TV monitors, remove and salvage photos and repair walls.� Painting, re-roofing, and re-landscaping. Building Size: 3,200 SF.� The Contract Duration is �one hundred eighty two�(182) calendar days from Contract Award. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be advertised as a Small Business Set-Aside. SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204.�� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 June 2020. �Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://beta.sam.gov/. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, https://beta.sam.gov/. Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at https://beta.sam.gov/. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Kelsie Hall,�Contract Specialist, at kelsie.hall@usace.army.mil.� �This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/714754d171384d7dbaf7074301222192/view)
 
Place of Performance
Address: Lima, OH, USA
Country: USA
 
Record
SN05674750-F 20200531/200529230149 (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.