O'Hara Hall Pool Project

SOL #: 693JF719B000004Pre-Solicitation

Overview

Buyer

Transportation
Maritime Administration
693JF7 DOT MARITIME ADMINISTRATION
WASHINGTON, DC, 20590, United States

Place of Performance

KINGS POINT, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construct Of Structures/Facilities (Y)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jun 28, 2019
2
Last Updated
Jul 30, 2019
3
Response Deadline
Jul 13, 2019, 4:59 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Solicitation Number:

693JF719B000004

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). The USMMA plans to issue a solicitation for the re-work of the O'Hara pool mechanical room and tile repairs at the USMMA, 300 Steamboat Road, Kings Point, NY 11024 (Nassau County).

An Invitation for Bid (IFB) will be issued on this Federal Business Opportunities website on or about 30 days after this synopsis notice is posted. This announcement is a Total Small Business set-aside.

The North American Industry Classification System (NAICS) code for this project is 236220; 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 $500,000.00 and $1,00,000.00.

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.

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

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

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 July 2018.  Further details of all dates and events, including site visit and proposal response 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.

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/.

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.

All potential bidders are encouraged to attend the pre-bid meeting scheduled for

Wednesday, July 10, 2019 at 2:00 P.M. in the Department of Public Works (DPW) building located at the USMMA. Anyone planning to attend the pre-bid conference should notify the Contract Specialist, Nicole A. Price by July 8, 2019 with the names of the company and individuals planning to attend.

All questions must be submitted to Ms. Price via email at Nicole.Price@dot.gov no later than 4:00PM by 16 July 2019. Include the solicitation number 693JF719B000004 in the subject line of all correspondence. All bids shall be sealed and delivered to Ms. Price at 1200 New Jersey Ave., SE, W28-201 Washington, D.C. 20590 by July 29, 2019 at 4:00 PM.

Project completion date will be no later than September 15, 2019.

Bids shall be written on block 17 page two of the SF 1442 and all amendments posted (if any) must be acknowledge on blocks 19 and block 20 of the same page.





This is a Pre-solicitation Notice pursuant to FAR 36.213-2 announcement for the Department of Transportation/Maritime Administration/ United States Merchant Marine Academy (USMMA). The USMMA plans to issue a solicitation for the re-work of the O'Hara pool mechanical room and tile repairs at the USMMA, 300 Steamboat Road, Kings Point, NY 11024 (Nassau County).

An Invitation for Bid (IFB) will be issued on this Federal Business Opportunities website on or about 30 days after this synopsis notice is posted. This announcement is a Total Small Business set-aside.

The North American Industry Classification System (NAICS) code for this project is 236220; 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 $500,000.00 and $1,00,000.00.

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.

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) on or about July 2018.  Further details of all dates and events, including site visit and proposal response 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.

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/.

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.

People

Points of Contact

Nicole A. PriceContract SpecialistPRIMARY
Judy BowersContracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Pre-Solicitation
Posted: Jul 30, 2019
View
Version 5
Pre-Solicitation
Posted: Jul 24, 2019
View
Version 4
Pre-Solicitation
Posted: Jul 18, 2019
View
Version 3
Pre-Solicitation
Posted: Jul 12, 2019
View
Version 2
Pre-Solicitation
Posted: Jun 28, 2019
View
Version 1Viewing
Pre-Solicitation
Posted: Jun 28, 2019