The RFP Database
New business relationships start here

Repointing and Replacement of Windows at Gibbs Hall


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation Number:

693JF719R000018

Notice Type:

Solicitation

Synopsis:  

This is a solicitation notice pursuant to FAR 36.213-3 announcement for the Department of Transportation/Maritime Administration/ United States Merchant Marine Academy (USMMA).  This solicitation is for the repointing of the W-NW facing wall, including the auditorium walls, of Gibbs Hall and the area adjacent to the side entrance facing Wiley Hall. This project will also include the replacement of over seventy (70) windows on the 1st, 2nd and 3rd floors. Over the years, water intrusion through the windows, capstones and mortar has caused significant damage to the exterior as well as interior of the building. This capital improvement project is now desperately needed to shore up the structure of the building and prevent further deterioration. Note, all measurements shall be confirmed by Contractor prior to submitting their bid.  This project is located at the USMMA, 300 Steamboat Road, Kings Point, NY 11024 (Nassau County)

The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award.


The Government intends to award a Firm-Fixed Price contract. 


This announcement is a Total Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. 

The North American Industry Classification System (NAICS) code for this project is 236220 - Commercial and Institution Building Construction; The Business Size Standard is $36,500,000.00 in average annual receipts for the last three years.

In accordance with FAR 36.204, the magnitude of this construction project is between $375,000.00 and $400,000.00. The government intends to award a Firm Fixed Price Contract.

Period of Performance:  Work is to be completed within 60 days after Notice-to-Proceed (NTP) is issued to the awardee.

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) in the Solicitation.

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.

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: http://osdbuweb.dot.gov/.


ATTENTION:  DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business!  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 a variable interest rate tied to the Prime Rate published in the Wall Street Journal.  For further information, call 1-800-532-1169.  Website DOT Short-Term Lending Program. 

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.

Site Visits are scheduled as follows: 

Tuesday, June 4, 2019 at 10:00am

Thursday, June 13, 2019 at 2:00am 

It is highly recommended that you attend one of the site visits. 

Contact Richard Ronde, Jr. at ronder@usmma.edu and judy.bowers@dot.gov

if you intend on attending the site visit. 

Proposals are due on Friday, June 28, 2019, at 2:00 pm, Eastern Standard Time, via email to: judy.bowers@dot.gov

 

Judy Bowers

                              Sr. Contracting Officer

                           


Judy Bowers, Sr. Contracting Officer, Phone 2023661913, Email judy.bowers@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP