Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:2032H320R00009
The U.S. Department of Treasury intends to issue a solicitation, Request for Proposal Number 2032H32000009, CFIUS Phase 2 and Phase 4A, on or about 23 January 2019. The Treasury was issued an Executiv...
The U.S. Department of Treasury intends to issue a solicitation, Request for Proposal Number 2032H32000009, CFIUS Phase 2 and Phase 4A, on or about 23 January 2019. The Treasury was issued an Executive Order to start up a new Interagency committee called CFIUS what stands for, The Committee on Foreign Investment in the United States. CFIUS is an interagency committee authorized to review certain transactions involving foreign investment in the United States, in order to determine the effect of such transactions on the national security of the United States. CFIUS will be located at Main Treasury 5th Floor. This Renovation is for Phase 2 and 4A for the new CFIUS employees. The contractor shall provide all necessary labor, supervision, equipment, supplies, and materials to renovate the 5th floor in the Main Treasury Building, located in Washington, DC. This contract will be used for a new construction project to renovate the 5th floor in the Main Treasury Building, located at 1500 Pennsylvania Ave, NW, Washington, DC 20220. The contractor shall furnish all labor, material, permits, equipment and supervision to perform the renovation of the Main Treasury CFICU 5th Floor Renovation in two parts: Base Period is CFIUS Phase 2; and the Option Period is CFIUS Phase 4A. The scope of this contract will include but is not limited to dielectric breaks in conduits, conduit and wiring to relocate existing controls for new equipment, demolition, rebuilding of construction of walls and ceilings, installation of telecommunication, electrical, fire alarm, sprinkler and other systems, flooring, and renovation to meet ADA and Life Safety codes. The Contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All workers must be a U.S. Citizen. The Award is contemplated as a competitive Small Business set-aside. This acquisition will be procured pursuant to the requirements in FAR Part 15 Contracting by Negotiation and FAR part 36 Construction and Architect-Engineer Contracts. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. Additional information or postings will be posted for viewing on SAM.gov at https://www.beta.sam.gov/. In accordance with FAR Provision 36.204, the magnitude of construction for this requirement is between $1,000,000 and $5,000,000. The North American Industrial Classification System (NAICS) code for this project is 236220 with size standard is $36.5 million. Estimated construction times: Phase 2: 208 calendar days; Phase 4A: 208 calendar days. Tentative closing date for Proposals: 2/24/2020 In accordance with FAR 6.203, this acquisition is a 100% small business set-aside Contract type: Firm Fixed Price / Lowest Price Technically Accepted (LPTA) SITE VIST: -A site visit (pre-bid/pre-proposal conference) will be conducted within 7 days after solicitation is posted. Details of the site visit will be included in the solicitation. ---BIDS SHALL BE SUBMITTED ELECTRONICALLY--- "Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future notices and/or release of the solicitation and amendments. General inquiries regarding this notice may be emailed to Ronald Callender Jr. at Ronald.a.callenderjr@irs.gov.