Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Building 53 ACM Removal and Demolition
May 18, 2009
7:47 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

DESCRIPTION OF PROPOSED WORK: The Contractor will be required to remove all Asbestos Containing Material (ACM) and perform space demolition within an area covering approximately 47,500 square feet on two floors of Building 53 at Denver Federal Center, Lakewood, Colorado. The work may include abating ACM gypsum wallboards and floor tiles. Space demolition may include (1) demolishing and discarding all existing ceiling tiles, metal stud framing, doors, door frames and door hardware, (2) removing all existing in-wall electrical runs back to the switch gear, (3) removing existing plumbing in space and cap off at main lines, including demolition and removal of all glass waste water piping, (4) demolishing and removing all mechanical supply and return branch lines capped at trunk lines. **Estimated Price Range: The estimated price is between $500,000 and $1,000,000. **NAICS Code and Title: 238990, All Other Specialty Trade Contractors **Small Business Size Standard: $14.0 million TYPE OF SETASIDE: THIS PROCUREMENT IS SET ASIDE FOR AWARD TO HUBZONE SMALL BUSINESS CONCERNS. OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED. LOCATION OF THE WORK: Lakewood, Jefferson County, Colorado TENTATIVE DATES: Issuance of Solicitation: On or About May 29, 2009 on http://www.FBO.gov. Proposals Due: On or About June 30, 2009 Award Date: On or About July 14, 2009 Period of Contract Performance: 120 calendar days after Notice to Proceed PROCEDURES FOR AWARD: A solicitation will be issued requesting past performance, and written technical and price proposals. Offerors will first be evaluated based on past performance and technical approach. Those offers showing successful past performance (to be confirmed by GSA-performed reference checks) and which provide a technically acceptable approach will then be evaluated on price. The technically acceptable offeror with the lowest evaluated price will win the award. The Government intends to award without discussions but reserves the right initiate discussions if necessary. PLAN AVAILABILITY: Drawings will be issued at the Scheduled Site Visit. to interested offerors after the solicitation has been posted. In order to obtain these plans, offerors must submit three items not later than June 5, 2009: (1) a completed "Request for Construction Documents" form (attached), (2) a copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business, AND (3) a copy of a valid picture driver's license of the person responsible for the documents. Completed request packages may be submitted via e-mail Contract Specialist Beverly Carey, [email]beverly.carey@gsa.gov[/email] or Bai Perney, Contract Specialist, [email]bai.perney@gsa.gov[/email] or by mail to GSA/PBS/DFC Service Center (8PD), U.S. General Services Administration, DFC Building 41, Room 240, P.O. Box 25546, Denver CO 80225, Attn: Beverly Carey. Request packages must be submitted prior to attending the mandatory site visit. FEE FOR SOLICITATION DOCUMENTS: Solicitation documents will be available at no charge by downloading from http://www.fbo.gov. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the EPS site at http://www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible HUBZONE Small Business concerns. SITE VISIT: A Pre-proposal conference and site visit is scheduled for June 10, 2009 from 9:00 A.M through 12:00 P.M. for offerors to inspect the site. Attendance at the site visit is mandatory for an offer to be considered in the competition for this project. Reservations to attend the site visit may be made by contacting Beverly Carey, Contract Specialist by e-mail at [email]beverly.carey@gsa.gov[/email] or by telephone at 303-236-8000, Extension 5257. BONDING: Bid bonding is required for this project in accordance with Federal Acquisition Regulation (FAR) 28.101(a). The successful offeror will be required to provide performance and payment bonds in accordance with FAR 28.102-1. SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award. IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per FAR 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project. ELIGIBLE OFFERORS: All responsible HUBZONE Small Business Concerns may submit a proposal which will be considered by the agency. All prospective offerors are also required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission. You may access ORCA via the following URL, http://www.orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA.

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
16 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3039

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19312

Posts: 27546

Administrators: JOHN: 7602, John: 6309

Skip to toolbar