The RFP Database
New business relationships start here

Transformer Vault Repair Project


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

AMENDMENT #2
See attached Questions and Answers
Also, this amendment extends the bid due date and time from bids due at 10:30 am on August 2, 2018 with bid opening at 11:00 am to bids due .


The bid due date has been extended until August 8th at 2:45 pm eastern with bid opening at 3:00 pm eastern. _______________________________________________

NOTE: Please remember to include your acknowledgment of this amendment with your bid.



The project consists of repair of the transformer vaults at the James M. Hanley Federal Building in Syracuse, New York 13261. This project was designed by N.K. Bhandari Architecture & Engineering P.C. of Syracuse, New York.


Furnish and install all work and labor required by the contract documents to remove, replace, and repair portions of three electrical vaults on the property of the federal building. This work will include but is not limited to excavation, concrete work, concrete repair, waterproofing, site repair, and other tasks. Close coordination between the owner, the utility company, and the local municipality (street width reductions) will be important aspects of this project.


The Contractor shall provide all labor, materials, equipment, tools, management, and full time on site supervision required by contract documents to repair the transformer vaults of the existing federal building in Syracuse, NY. Base work shall include, but is not limited to, excavation, concrete work, concrete repair, waterproofing, site repair, and other tasks. Close coordination between the owner, the utility company, and the local municipality (street width reductions) will be important aspects of this project. Exact work description is identified and indicated in the Contract Documents. The contractor shall comply with the projects design specifications, drawings and any addendum. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The contractor is also to provide on-site supervision at all times work is being performed, including potential after hours work as needed.

In accordance with FAR 14.408-1, award will be made as a firm fixed price sealed bid construction contract to a responsible bidder whose bid, conforms to the invitation, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. The magnitude of this construction project is estimated between $500,000 and $1,000,000. The appropriate NAICS Code is 238110, with a size standard of $15 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. The procurement is 100% set-aside for small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately three hundred-twenty-four (324) calendar days commencing one day after Notice of Award.  The procurement is subject to FAR 52.232-18 Availability of Funds (APR 1984).

To ensure that you receive all information regarding this solicitation, be sure to register to receive updates at www.fbo.gov.  The solicitation (clauses, provisions, and bid forms) will only be available electronically on the FBO website; www.fbo.gov is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition data. Potential bidders must register with FedBizOpps in order to have access to the solicitation material. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM.


To receive specifications and drawings, please fill out the document security form and send via email to james.berring@gsa.gov and katherine.wheeler@gsa.gov with a mailing address. Once the filled out document security form is received and the information verified, a CD with the specs and drawings will be sent out.


The points of contact for this synopsis are James Berring, Contract Specialist, 315-751-6837, james.berring@gsa.gov and Katherine Wheeler, Contracting Officer,  katherine.wheeler@gsa.gov.


The Project Manager will be Jason Litz (jason.litz@gsa.gov), GSA General Engineer, 315- 448-0603.


 


Site visits will be held at the following dates and times:


Date: July 17, 2018


Time: 11:00 AM Eastern



James Berring, Phone 2123064904, Email james.berring@gsa.gov - Katherine S. Wheeler, Contracting Officer, Phone 3154480605, Email katherine.wheeler@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP