Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
State: | Virgin Islands |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 22, 2024 |
Due: | Apr 4, 2024 |
Solicitation No: | 70FBR224I00000001 |
Publication URL: | To access bid details, please log in. |
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).
The government is conducting market research to determine contractors’ capability and availability to design and construct/renovate an existing bunker located on St. Thomas, U.S. Virgin Island. This is a request for information only. The government will not be responsible for any costs associated with responses to this request for information.
The Transportation Security Administration (TSA) requires Design/Build (D/B) services for alterations to the new TSA/FEMA Offsite Bunker. The contractor shall provide renovation services that requires the design and construction of space located within and around the bunker. The Virgin Island building guidelines shall be the basis for submittals of all designs and construction. The contractor is responsible for all required permits in association with this project.
The scope of this project consists of the Contractor providing all necessary services by qualified, licensed professionals, to include sub-contractors, such as Architect and Engineering, building, plumbing, and electrical contractors, to design and prepare complete construction documents as required by local building authority, including, but not limited to, specifications, basis of design, design analysis, calculations, construction drawings, as-built final construction documents, and other documents as detailed in the requirements document.
The following outline Sections outline the scope of work:
1. HVAC / Air Conditioning
2. Concrete Repair
3. Clean Water Tank Area
4. Install alternate Egress
5. Outdoor Lighting
6. Driveway
7. Entry Area
8. Electrical
9. Bunker Venting
10. Land Clearing
11. Debris Removal/Site Cleanup and Grading
The North American Industry Classification System (NAICS) code is 236210 Industrial Building Construction; however, this project may span across other NAICS codes.
Interested Parties shall response to Daisy.Joseph@fema.dhs.gov not later than 2:00 ET on 04 April 2024 with the following information:
1. Company’s Name;
2. Company’s Address;
3. Point of Contact, Phone Number;
4. SAM Unique Entity ID (UEID).
5. Design, Construction Capability Statement.
6. Provide a Statement demonstrating Company’s Availability to start this Project.
7. Any additional information to describe Company’s ability to perform under the Sections of work described above.
Responses should be no more than three (3) pages.
With GovernmentContracts, you can: