Demolition and Renovation Services Livermore, CA
ID: 273FCC24R0038Type: Presolicitation
Overview

Buyer

FEDERAL COMMUNICATIONS COMMISSIONFEDERAL COMMUNICATIONS COMMISSIONFCCWASHINGTON, DC, 20554, USA

NAICS

Site Preparation Contractors (238910)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS (C1JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Federal Communications Commission (FCC) is seeking qualified contractors to provide Demolition and Renovation Services for its Livermore, California Field Office. This non-personal services contract, valued at up to $19 million, is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will follow the Lowest Price Technically Acceptable (LPTA) evaluation method to ensure cost-effectiveness while meeting compliance standards. The solicitation is expected to be available for electronic download on the System for Award Management (SAM) website around September to October 2024, with a site visit and offers due during the same timeframe. Interested parties should monitor the SAM website for updates and can contact Luis Salas at luis.salas@fcc.gov or 202-418-0000 for further information.

    Point(s) of Contact
    Federal Communications Commission
    (202) 418-0000
    luis.salas@fcc.gov
    Files
    Title
    Posted
    The Federal Communications Commission (FCC) is issuing a presolicitation notice for a contract on Demolition and Renovation Services required for its Livermore, California Field Office. This non-personal services contract is aimed at contractors specializing in site preparation, identified under NAICS Code 238910, with an expected value of up to $19 million. The solicitation will open for electronic download on the System for Award Management (SAM) website around September to October 2024, coinciding with a site visit, with offers due around the same timeframe. Eligible bidders must be registered as Service Disabled Veteran Owned Small Businesses and must maintain a security clearance for personnel throughout the contract. The evaluation process will follow the Lowest Price Technically Acceptable (LPTA) approach, focusing on cost-effectiveness while ensuring compliance with the solicitation. Interested parties are advised to monitor the SAM website for any amendments to the solicitation. This initiative underscores the FCC's commitment to maintaining its facilities while adhering to federal regulations regarding contracting opportunities for small businesses.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    USAC RFP: Fraudulent Document Identification Tool
    Active
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking proposals for a Fraudulent Document Identification Tool (FDIT) to assist the Universal Service Administrative Company (USAC) in identifying and flagging fraudulent documents and alerting on potential bad actors. This Request for Proposal (RFP) aims to acquire a solution that enhances the integrity of the Universal Service Fund (USF) and its support mechanisms, which are critical for ensuring fair access to telecommunications services. Proposals must be submitted by September 17, 2024, at 11:00 AM ET, and interested parties can find the RFP details on the USAC procurement website. For inquiries, contact Anthony Smith at Anthony.Smith@usac.org or Noor Jalal at noor.jalal@usac.org.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Y1DB--Radiation Oncology Lab Renovation (Oct)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of the radiation oncology laboratory at the Richmond VA Medical Center in Virginia. The project requires a contractor with expertise in comprehensive construction services, including demolition, construction management, and project closeout, with an estimated cost between $2 million and $5 million. This renovation is crucial for enhancing the facility's capabilities in providing quality care to veterans. The solicitation is expected to be issued on October 1, 2024, with bids due by October 31, 2024. Interested contractors must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in the System for Award Management (SAM), and are advised that no paper copies of the solicitation will be provided. For further inquiries, potential bidders can contact Contracting Specialist Aaron Holmes at aaron.holmes@va.gov or (757) 722-9961 x8845.
    FCC FOX FY 2025 Landfill Trash Disposal Services
    Active
    Justice, Department Of
    The Department of Justice's Federal Bureau of Prisons is soliciting proposals for landfill trash disposal services at the Federal Correctional Complex (FCC) in Forrest City, Arkansas, for Fiscal Year 2025. The contract, which is set aside for small businesses, requires the contractor to manage an estimated 200 tons of solid waste monthly, ensuring compliance with all local, state, and federal regulations, including the use of an approved Type I Disposal Facility within a 100-mile radius of Forrest City. This procurement is crucial for maintaining responsible waste management practices in federal facilities, emphasizing adherence to environmental standards and regulations. Interested vendors must submit their quotes electronically by the specified deadline, with services expected to commence on October 1, 2024, and run through September 30, 2025. For further inquiries, potential bidders can contact Essie Burton at eburton@bop.gov or L.T. Simes at lsimes@bop.gov.
    800MHz Annual Operating and Infrastructure Contribution
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard (NVANG), intends to award a non-competitive contract for the 800MHz Annual Operating and Infrastructure Contribution to Washoe County. This procurement aims to cover the annual operating costs and infrastructure contributions necessary for utilizing the 800MHz radio service, which is vital for public safety communications in Nevada. The service supports various emergency response agencies and is governed by the Federal Communications Commission (FCC), with a sole source agreement established since 2013 to ensure fair pricing through inter-agency collaboration. Interested parties must submit their capability statements by September 20, 2024, at 10:00 a.m. PDT, to Keith Trimble at keith.trimble.1@us.af.mil, referencing solicitation number W50S8C24QA026.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the demolition of the South, Soap, and Lower Ripley Creek Feeder Diversion Dams, along with associated work in Tehama County, California. The project involves significant tasks such as the removal of elevated pipes and supports, flumes, and the excavation and filling of the South Canal, with an estimated cost exceeding $10 million. This opportunity is particularly aimed at small businesses, including those classified as 8(a), HUBZone, and Service-Disabled Veteran-Owned, and is intended for market research and acquisition planning purposes. Interested parties must respond by October 2, 2024, and provide relevant company information, including past project experience and bonding capacity, to Rosana Yousefgoarji at RYousefgoarji@usbr.gov.
    CFSAN Security Radio Upgrade & Security Communications Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for the CFSAN Security Radio Upgrade & Security Communications Support Services contract. The primary objective is to enhance communication and emergency response capabilities at the College Park, Maryland campus by providing telecommunication devices, including 30 handheld radios with advanced features, and associated support services. This initiative is crucial for ensuring effective coordination, safety, and security during emergencies, while adhering to federal security requirements. Proposals are due by September 23, 2024, and interested parties can contact Matthew Tran at matthew.tran@fda.hhs.gov for further information.
    FIRE CONTROL COMPUTER III (FCCIII)
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - New Jersey, intends to solicit and award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Fire Control Computer III (FCCIII) to DRS Network & Imaging Systems, LLC, located in Melbourne, Florida. This procurement aims to address the substantial duplication of costs and unacceptable delays to the Government, as outlined in the Justification & Approval (J&A) documentation, which cites the authority under Title 10 U.S.C. Section 3204(a)(4) and FAR Part 6.302-1(a)(2)(ii)(A) and (B). The FCCIII is critical for enhancing fire control capabilities within the Army, ensuring operational efficiency and effectiveness. Interested parties may direct inquiries to Mr. Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil or Ms. Klaudia Grabias at klaudia.a.grabias.civ@army.mil, with the solicitation anticipated to be released in FY2025.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DEMOLITION PROJECTS AT HUNTERS POINT NAVAL SHIPYARD, SAN FRANCISCO, CALIFORNIA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) multiple award construction contract focused on demolition projects at Hunters Point Naval Shipyard in San Francisco, California. This procurement aims to award approximately three or more contracts for demolition services, which may include site preparation, excavation, grading, and the demolition of buildings and structures, with a total maximum value of $999 million over a potential five-year period. The contract will operate on a firm fixed price basis for task orders ranging from $10 million to $150 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or call 619-705-4631 for further details, and are advised to monitor the solicitation website for updates and amendments.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.