Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:693JF719R000033
This is a Pre-Solicitation Notice, pursuant to FAR 36.213-2, for the Department of Transportation/Maritime Administration/ United States Merchant Marine Academy (USMMA). The USMMA seeks a qualified an...
This is a Pre-Solicitation Notice, pursuant to FAR 36.213-2, for the Department of Transportation/Maritime Administration/ United States Merchant Marine Academy (USMMA). The USMMA seeks a qualified and experienced contractor to provide labor, material, transportation, tools, equipment and supervision to perform renovations to the Brooks Fieldhouse locker rooms, showers and bathrooms. The end result of this undertaking is to create separate facilities for men and women and establish an athletic training room in the existing spaces. Tasks include, but are not limited to, installation of new toilets, sinks, waste lines and water supply for a new female bathroom, installation of walls, doors, ceramic floor and wall tile, exhaust system, AC installation and painting. The contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. The contractor will immediately notify the contract officer's representative (COR) or contracting officer upon encountering any hazardous materials. The Solicitation Number is 693JF719R000033 for the renovation. The North American Industry Classification System (NAICS) code for this project is 236220 - Commercial and Institutional Building Construction. In accordance with FAR 36.204, the magnitude of this construction project is between $150,000.00 and $190,000.00. This requirement will be a Total Small Business set-aside. The Business Size Standard is $36,500,000.00 in average annual receipts for the last three years. An Request for Proposals (RFP) will be issued on this Federal Business Opportunities website on or about September 3, 2019. Period of Performance: Work is to be completed within approximately one hundred eighty-days (180) days after Notice-to-Proceed (NTP) is issued to the awardee. NOTE: THE SOLICITATION DATE, ANTICIPATED BID SUBMISSION, ANTICIPATED BID OPENING DATE IS AN ESTIMATE FOR PLANNING PURPOSES ONLY. THE DEFINITIVE BID DUE DATE AND TIME AND BID OPENING DATE WILL BE STATED IN THE SOLICITATION AND ANY ASSOCIATED AMENDMENTS THAT MAY BE ISSUED. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USMMA will provide no hard copies. The solicitation, consisting of various documents, specifications, forms, and/or drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov) on or about August 1, 2019. Further details of all dates and events, including site visit and specific bid submission date, will be available in the solicitation. No other site shall be used to obtain these documents. All interested offerors (prime contractors & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement. An Offeror's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the Federal Business Opportunities website. Offerors are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDOT/MARAD/USMMA. The government intends to award a Firm Fixed Price Contract. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation on http://www.fbo.gov. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: https://www.transportation.gov/osdbu/SBTRCs. THE MILLER ACT IS APPLICABLE AND PAYMENT AND PERFORMANCE BONDS IN A PENAL AMOUNT EQUAL TO 100% OF THE CONTRACT PRICE AND ANY INCREASES ARE REQUIRED. A BID BOND IS REQUIRED IN AN AMOUNT OF 20% OF THE BID PRICE. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database will cause your firm to be ineligible for an award. Contracting Office Address: 1200 New Jersey Ave., SE, W26-444 Washington, District of Columbia 20590 Place of Performance: U.S. Merchant Marine Academy 300 Steamboat Road Kings Point, New York 11024 United States Primary Point of Contact.: Judy Bowers, Team Lead Sr. Contracting Officer Judy.Bowers@dot.gov Phone: 202 366-1913 Fax: 202 366-3237