Skip to main content

An official website of the United States government

You have 2 new alerts

Renovate Room 2231 - Building 430

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Mar 06, 2024 12:40 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2GZ - REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    New Cumberland , PA 17070
    USA

Description

Contractor shall provide the necessary labor, material and/or equipment to perform the following work:

 Renovate Room 2231, Building 430, DLA Distribution Susquehanna, PA (DDSP), New Cumberland PA 17070.

The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work.  It is expected that the contractor will visit the site of work and thoroughly familiarize themselves with the conditions existing there.  Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price.

Summary of Work: 

o Disconnect power to six Lektriever Vertical Carousel System (VCS) Units.

o Disassemble six VCS, palletize, crate and package individually for shipment.

o Remove and dispose existing 4” vinyl cove base and vinyl floor tile.

o Remove two personnel doors and deliver to Facilities Maintenance room 1226.

o Modify existing heating and cooling system in rooms 2231, 2230 and 2234.

o Provide new dedicated heating and cooling system in room 2231.

o Provide new branch power circuit for new heating and cooling system.

o Install government furnished carpet tile and provide new 6” vinyl cove base.

o Temporarily remove existing suspended ceiling system to perform work on electrical, mechanical and plumbing systems and reinstall ceiling system.

o Provide testing, balance and commissioning of existing heating and cooling system, provide integration of new heating and cooling system.

All work shall be performed complete and in accordance with the specifications, drawings, and solicitation requirements.

Period of Performance: 

Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 120 calendar days from receipt of the NTP.

The work must be performed during regular working hours which consist of an 8-1/2 hour period established by the Contracting Officer, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Government holidays. Any work required to be conducted outside of regular working hours requires advance Contracting Officer approval.

Federal holidays are those days officially observed by the Federal Government.  Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday.  New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday.

This acquisition is set-aside 100% for Small Business concerns.

The NAICS Code for this procurement is 236220.  The small business size standard is $45,000,000.

The magnitude of this construction effort is between $100,000.00 and $250,000.00.

The tentative timeframe for issuance of the Request for Quote (RFQ) SP3300-24-Q-0089 for the above stated requirement is on or around March 26, 2024.  A pre-proposal/site visit will be conducted.  The exact date and time for the pre-proposal/site visit will be stated in the solicitation package.  The solicitation will also establish the RFQ due date and time.

Access to the solicitation package will only be made available to prospective offerors via the SAM.gov website at https://sam.gov/.  Hard copies of the solicitation will not be distributed. 

Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at Mogen.gilson@dla.mil.  All questions should be submitted in writing via email to the above.

Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ.  There will be no advance notification of amendment issuance.   Prospective offerors are advised to consult the website frequently to check for any amendments.  Amendments may be issued up until the quote due date.  Failure to acknowledge amendments may render your quote ineligible for award.

All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit to be considered for award. Failure to submit all the information requested by the solicitation may result in the quote being eliminated from consideration for award.

All responsible small business concerns may submit a quote which shall be considered by this agency.  The Government intends to award one contract as a result of this RFQ.  Award will be made to the lowest priced offeror.  An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.

Contact Information

Contracting Office Address

  • ACQUISITION OPERATIONS (J7) 430 MIFFLIN AVENUE SUITE 3102A
  • NEW CUMBERLAND , PA 17070-5008
  • USA

Primary Point of Contact

Secondary Point of Contact





History