220021 Tampa Red Brick Exterior Remediation, Tampa, FL

expired opportunity(Expired)
From: Florida Department of Management Services(State)
Advertisement Number: 220021 Tampa Red Brick Ext Ren

Basic Details

started - 27 Apr, 2021 (about 3 years ago)

Start Date

27 Apr, 2021 (about 3 years ago)
due - 10 Jun, 2021 (about 2 years ago)

Due Date

10 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
Advertisement Number: 220021 Tampa Red Brick Ext Ren

Identifier

Advertisement Number: 220021 Tampa Red Brick Ext Ren
Florida Department of Management Services

Customer / Agency

Florida Department of Management Services

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Advertisement Detail
 


Department of Military Affairs

Invitation to Bid

220021 Tampa Red Brick Exterior Remediation, Tampa, FL

Advertisement Number: 220021 Tampa Red Brick Ext Ren
Version Number: 000

Advertisement Begin Date/Time: 04/27/2021 - 02:00 P.M.

Advertisement End Date/Time: 06/10/2021 - 02:00 P.M.

Mod: 04-27-2021 03:19:48


Last Edit: Tuesday, April 27, 2021 at 03:24:04 P.M.

 

Commodities: 72121100 Commercial and office building construction services 72121103 Commercial and office building renovation and repair service
 
EXHIBIT 1
Solicitation Date: April 28, 2021PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION OF:PROJECT NUMBER: 220021 PROJECT NAME & LOCATION: Tampa Red Brick Exterior Remediation, 2316 W.
Lemon Street, Tampa, Florida, 33606 ESTIMATED COST OF CONSTRUCTION: $500,000 - $575,000FOR: The Florida Army National Guard, Construction & Facility Management Office POTENTIAL RESPONDENTS TO THE SOLICITATION ARE ENCOURAGED TO CAREFULLY REVIEW ALL THE MATERIALS CONTAINTED HEREIN AND PREPARE RESPONSES ACCORDINGLY. General Project Description and General Scope of Work (See Bid Documents for complete details): This general description has been developed from the site assessment performed by JVB Architects & Associates between December 18th and January 15, 2020. The recommendations below reflect those findings and observations. Through investigation of the historical status of the location it was found that the City of Tampa acknowledges that the location “does have historic significance despite not having local designation”. The State Department acknowledges that the building is eligible for inclusion in the National Registry of Historic Places at both the State and local levels. Therefore it is desired that all remedial work be performed in a manner that is conducive to maintaining the historical aesthetics of the exterior structure.General Scope of Work:Provide all tools, equipment, manpower, maintenance of traffic, permitting fees, inspection fees, 3rd party testing, temporary protection of Mechanical and Electrical equipment and utilities included, temporary interruptions in service as required to complete work around or at Mechanical and Electrical equipment and utilities, protection of all adjacent surfaces and landscape from damage and discoloration due to spills, over sprays or other incidences. All adjacent spaces are to be protected from dust/ debris migration from construction activities.1. Remove and replace ALL sealants at 50 each windows to include: window frame to sub frame interfaces at locations of failed and/or missing sealants clean the applicable areas, provide close cell backer rod, and apply Dowsil 795, or equal and Tremco Spectrum 2, or equal sealants as per manufacture directions. Color to match existing.Note: Phase work to remove only those windows which can be reinstalled and weatherproofed at the end of each day.a. Remove and reinstall interior finishes damaged by moisture, or necessary to install waterproofing and sealant as indicated below, match existing.b. Remove ALL applicable sections of the counter flashing that exposes the wood bucking under the window units, apply specified waterproofing sealants at the counter flashing to brick interfaces, install lead wedge where needed to lock counter flashing into place, for sections of counter flashings that have corroded fasteners remove and replace as needed, apply Dowsil 795 or equal, or Tremco Spectrum 2, or equal sealants. Sealant joints shall be minimum of 5/8” to allow for thermal movement. Remove and replace window unit as necessary.c. With the window unit removed apply waterproofing to the wood buck (BASF AWB 900, or equal), fabricate and install a sill pan flashing detail with end dams and beck leg. Reinstall the window units per manufacturer guidelines in level, plumb and square manner. A few of the units were observed to have belly in the tops of the lower sashes. The belly in the lower sashes are indications of the lower sash being forced to align, which is related to incorrect installation of the window frame (out of plumb/level). Apply interior perimeter bead of sealant (BASF NP150, or equal) to the window frame /rough opening. Replace sash locks that have been filed down to ensure proper locking of the unit.2. Remove and replace failed or damaged sealant at seven (7) exterior doors utilizing closed cell backer rod and Dowsil 795 or equal, or Tremco Spectrum 2, or equal sealants. Color to match existing.3. Tuck Point ALL brick at all elevations via implementation of the following Sequence of Work;a. Test existing mortar for PSI strength to allow for proper specification of new mortar.b. Pre-wash masonry brick veneer on building with Prosoco Sure Clean 600, or equal. Protect applicable surfaces per manufacturer guidelines.c. Locate damaged mortar joints and grind out 100% of mortar surface area needed to replace.d. Remove mortar joints to a depth of at least a ½ inch to 5/8 inch deep.e. Rinse joints to clean dust or debris prior to re-pointing.f. Re-point masonry joints.g. Apply mortar in uniform layers of thickness not to exceed 3/8 inch.h. Lightly rinse joints prior to pointing such that the joint surface is damp but free from standing water.i. Remove and replace bricks selected for replacement.j. Replace damaged face brick units with salvage brick or brick from locations that will not be noticed.k. Final wash of restoration work and brick repairs to be done after completion of all masonry work and prior to application of any masonry sealer (if selected).l. Protect applicable surfaces and apply masonry sealer (such as Yufix CCC1000, or equal).4. For: Stand Alone Facility (SAF) Door Upgrades: In accordance with the directive ordering the hardening of military facilities that are protected by an installations security perimeter and force protection assets. The base line for these measures is the UFC 4-023-07 7 July 2008 Change 1, 1 February 2017 section 5-5.4.1 Small caliber ballistics.Design/ Construction: Based on previous site analysis, field survey and investigations for the hardening of Storefront/ Main Entries and one additional egress necessary to meet the requirements set forth in UFC 4-023-07 dated 7 July 2008; Change 1 dated 1 February 2017, Section 5-5.4.1 Small Caliber Ballistics. The design shall include removal of existing storefront/ entry, necessary structural modifications to support the Level 5 Ballistic Caliber as defined in the above stated UFC; Removal and reinstallation of existing AiPhone, door security and access controls, power enhancement with new electrical raceways/ pull strings as required to provide a complete and functional entry/egress system. General Contractor to provide materials and handling of same, labor and tools as necessary to render a complete and functional weatherproof building envelope with interior finishes as it applies to the replacement of the entry/egress ways, repair and/or replacement of adjacent surfaces disturbed by the door modification to match existing. ADA Door operator as required to comply with ADA Code requirements. All existing finishes are to either be repaired or replaced. All adjacent spaces are to be protected from dust/ debris migration from construction activities. Building is to be temporarily secured by Contractor until new door installation is securable. Building must meet Florida Building Code, State Fire Marshall, local Authorities Having Jurisdiction and Area Water Management requirements, and any other permits and fees required by other county, local or state authorities. Regulatory permitting to include the preparation, submittal, payment and review coordination of the Water Management District, Environmental Resource Permit (including permit fees), Florida Department of Environmental Protection (FDEP) Notice of Intent (including filing fees), City of Tampa / Hillsborough County Review Permit Fee and any other permits and fees required by other county, local or state authorities.QUALIFICATION: Each bidder whose field is governed by Chapter 399, 455, 489, and 633 of the Florida Statutes for licensure or certification must submit qualification data of their eligibility Form FNG 5085 Contractor’s Experience Questionnaire with their bid at the time of the bid opening."Contractors are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict awards, sub-awards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. The Department of Military Affairs (DMA) shall comply with the DOD implementation of 2 CFR Part 180 (at 2 CFR Part 1125) by checking the Excluded Parties List System (EPLS) through the System for Award Management (SAM) at https://www.sam.gov. DMA shall not solicit offers from, nor award contracts to contractors listed in EPLS. This verification shall be documented in the contract files, and shall be subject to audit by the grantor and Federal/State audit agencies." "By submitting a bid in response to this solicitation, the contractor covenants and agrees that it will comply with Office of Management and Budget guidance on nonprocurement suspension and debarment in 2 CFR Part 180, Subpart C, as implemented by Department of Defense (DOD) at 2 CFR Part 1125 by checking the EPLS at https://www.sam.gov to verify eligibility of subcontractors."Note: An Exhibit 3, FNG 5085 (in Word doc. format ) Experience Questionnaire and Financial Statement form may be obtained from the Contract Management Branch at the contact email address listed below. After the bid opening, the low bidder must qualify in accordance with Chapter 60D-5.004. A copy of the requirements is included in the Non-Technical Specifications Levels 4&5, Instructions To Bidders under Section B-2 "Bidder Qualification Requirements and Procedures." Prior to contract award, the Department reserves the right to perform or have performed, an on-site review of the proposer’s facilities and qualifications. This review will serve to verify data and representations submitted by the proposer and may be used to determine whether the proposer has an adequate, qualified, and experienced staff, and can provide overall management facilities. The review may also serve to verify whether the proposer has a financial capability adequate to meet the contract requirements. Should the Department determine that the bid/proposal has material misrepresentations or that the size or nature of the proposer’s facilities or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid/proposal.The bidder shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the respondent to solicit or secure the award for this project and that it has not paid or agreed to pay any person, company corporation, individual or firm other than a bona fide employee working solely for the respondent any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award.The bidder shall warrant that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required.The bidder will comply with all applicable federal, state and local rules and regulations in providing services to the Department under this solicitation if awarded.By entering into a contract, the contractor agrees it understands and shall comply with subsection 20.055(5), Florida Statutes, and shall include the substance of this provision in all subcontracts. In accordance with subsection 20.055(5), Florida Statutes, “It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Beginning July 1, 2015, each contract, bid, proposal, and application or solicitation for a contract shall contain a statement that the corporation, partnership, or person understands and will comply with this subsection.”The STATE OF FLORIDA requires all Contractors to implement a drug free workplace program as defined in 287.087, Florida Statutes.PUBLIC ENTITY CRIME INFORMATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list.DISCRIMINATION; DENIAL OR REVOCATION FOR THE RIGHT TO TRANSACT BUSINESS WITH PUBLIC ENTITIES: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity.BID SECURITY: Bids/Proposals in total excess of $100,000.00, the bidder must provide with bid, a good faith deposit in the amount of 5% of the bid by way of a bid bond from a surety insurer authorized to do business in the STATE OF FLORIDA as surety or a certified check or cashier’s check accompanying the bid.PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND’S are required from any persons or parties entering into a formal contract with the STATE OF FLORIDA for contracts in total excess of $100,000.00 for construction, additions, renovations, repairs, or demolition of any public building pursuant to Florida Statute 255.05(1)(a), to include registration of the Bonds with the county in which the project is located. The contractor must provide the owner with proof of Bonds within 10 days of contract award and Bond must be recorded with the County in which the project is located. CONTRACTOR INSURANCE: The contractor must provide the owner with proof of insurance within 10 days of contract award. NO work may commence in connection with the contract until he has obtained all insurance as specified in the Non-Technical Specifications Level 3, Section C-4 or the Non-Technical Specifications Levels 4 & 5, Section C-3 and such insurance has been approved by the Owner, nor shall the contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved by owner. All insurance policies shall be with insurers qualified and doing business in Florida through an authorized licensed Florida Resident Agent. The insurance requirements shall be completed in a timely manner in order not to delay the construction schedule.All questions regarding this procurement will be accepted in writing via email to Department of Military Affairs - CFMO Contract Management (ng.fl.flarng.list.cfmo-contracting@mail.mil) Any questions from proposers concerning this solicitation shall be submitted in writing, identifying the submitter, to the Contract Management Branch listed above at the address specified above by email no later than the date specified below. INFORMATION WILL NOT BE AVAILABLE BY TELEPHONE. All information received through any oral communication shall not be binding on the Department of Military Affairs and shall not be relied upon by a Bidder.Pursuant to Section 287.057(26), Florida Statutes, Respondents to this solicitation of persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.All questions and answers/changes to the solicitation will be provided in Addenda Form and posted on the DMS Vendor Bid System (VBS) at http://myflorida.com. It is the prospective contractor’s responsibility to check periodically for any information updates, to the solicitation, which is posted to the VBS. The Department of Military Affairs bears no responsibility for any delays, or resulting impacts, associated with a prospective contractor’s failure to obtain information made available through the DMS Vendor Bid System.CONFLICT OF INTEREST: This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly an interest of five percent (5%) or more in the respondent or its affiliates.SITE VISIT AND PRE-BID MEETING:DATE AND TIME: May 13, 2021 (10:00 AM Local Time) PLACE: Tampa Red Brick Annex, 2316 W. Lemon Street, Tampa, Florida, 33606 All Contractors bidding on this project must certify on Exhibit 4 they have familiarized themselves with the conditions and are urged and expected to inspect the site where the work will be performed, however attendance at the Pre-Bid Meeting and Site Visit is not mandatory. Subcontractor participation at site visit is highly encouraged.All General Contractors interested in bidding on this project are strongly recommended to attend this pre-bid meeting. SEALED BIDS WILL BE RECEIVED, PUBLICLY OPENED AND READ ALOUD ON: DATE AND TIME: June 10, 2021 (2:00 PM Local Time)PLACE: Robert F. Ensslin National Guard Armory, 2305 State Road 207, St. Augustine, Florida 32086MARK ENVELOPES: “SEALED BID--DO NOT OPEN Project Number 220021 Tampa Red Brick Exterior Remediation”, delivered to: Department of Military Affairs, Robert F. Ensslin National Guard Armory, 2305 State Road 207, St. Augustine, Florida 32086, Attention: CFMO Contract Management Department.BIDS/RESPONSES TRANSMITTED ELECTRONICALLY WILL NOT BE CONSIDERED. BIDS/RESPONSES RECEIVED AT THE LOCATION DESIGNATED AFTER THE EXACT TIME SPECIFIED FOR RECEIPT WILL NOT BE CONSIDERED.Bids submitted via courier or mail must be delivered to the above address, please do not send Sealed Bids to the project location or any other Department of Military Affairs location. The Department of Military Affairs will not assume receipt of any sealed bid unless delivered to the address and room listed in this solicitation.BID/PROPOSAL: Bids must be on DMA Exhibit 4 and Subcontractor List Exhibit 5, (available in a Word doc. as stated above). All responses must be submitted in a sealed package and shall be clearly marked on the outside of package with the above information. Department of Military Affairs is not responsible for the opening of any solicitation package which is not properly marked. Bids will be time stamped on the official time clock upon delivery. It is the respondent’s responsibility to assure its response is submitted in the place and time indicated in this solicitation. Also, all responses must be in full accordance with the requirements of the Drawings, Specifications, Bidding Conditions and Contractual Conditions, and Non-Technical Specifications, which have been prepared by the Engineer as listed, and may be obtained as follows: ARCHITECT ENGINEER FIRM: JVB Architect LLC POC Name: Joseph BellucciaEMAIL ADDRESS: joe@jvbarchitect.com TELEPHONE: 813-258-3233 Ext 203 FULL SETS of drawings and specifications are available at no cost via the Architect’s Dropbox project link. Contractors are responsible to order their own prints for estimating. Note:1. General Contractors are responsible to download and distribute the bid documents accordingly. All plans and specifications will be available only electronically through the Architect’s Dropbox. 2. Printed copies will not be issued. 3. The Owner and Architect are not responsible for other sources of document distribution. Contractor shall be responsible that all subcontractors and material supplier bidders have complete information, including but not limited to drawings, specifications and addenda. FINAL QUESTIONS FROM BIDDERS: May 20, 2021 (12:00 PM) Any questions from proposers concerning this solicitation shall be submitted in writing and identifying the submitter to: Department of Military Affairs - CFMO Contract Management (ng.fl.flarng.list.cfmo-contracting@mail.mil) Questions submitted after this date will not be answered. All questions regarding this procurement will be accepted via email ONLY to CFMO Contracting (ng.fl.flarng.list.cfmo-contracting@mail.mil). All questions will be answered in addendum form. Addenda will be published in the Vendor Bid System. All addenda must be acknowledged in your Exhibit 4 Proposal Form.TENTATIVE FINAL ADDENDUM PUBLISHED ON VBS: May 27, 2021 CONTRACT AWARD: Contract award will be given to the lowest responsive and responsible bidder. The lowest bid will be the bid from the responsive bidder that has submitted the lowest price for the base bid or the base bid plus the additive alternates or less the deductive alternates chosen by the Agency to be included in or excluded from the proposed contract, taken in numerical order listed in the bid documents. The order of the alternates may be selected by the Agency in any sequence so long as such acceptance out of order does not alter the designation of the low bidder. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. If no protest is filed, the contract will be awarded to the qualified, responsible and responsive low bidder in accordance with Chapter 60D-5 by the Owner. The official Notice of Award Recommendation will be by electronic posting on the DMS Vendor Bid System website at http://vbs.dms.state.fl.us/vbs/search.criteria_formINABILITY TO POST ELECTRONICALLY: If the Department is unable to post (due to technical difficulties) as defined above, the Department will notify all proposers via the Point of Contact and electronic address provided to the Department by the proposer at the Mandatory Pre-Bid meeting. Notice will be posted as defined above once the technical difficulties have been rectified; however, the official posting time will be that time at which the last proposer was electronically notified.MINORITY/VETERAN OWNED PROGRAM: Minority Business Enterprises (MBE) and Veteran Owned companies are encouraged to participate in this Invitation to Bid. Utilization of MBE participation is highly encouraged from all Bidders. MBE’s must be certified by the Office of Supplier Diversity.CLARIFICATIONS/REVISIONS: Before award, the Owner reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible before Contract award. Failure to provide requested information may result in rejection of the response.The Department reserves the right to accept or reject any or all proposals received and reserves the right to make an award with or without further discussion of the proposals submitted or accept minor informalities or irregularities in the best interest of the State of Florida, which are considered a matter of form and not substance, and the correction or waiver of which is not prejudicial to other proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department’s interest and will not affect the price of the proposal by giving a proposer an advantage or benefit not enjoyed by all other proposers. It is understood the proposal will become a part of the Department’s official file, without obligation to the Department. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions contained herein. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to failure to utilize or complete in their entirety prescribed forms, conditional proposals, incomplete proposals, ambiguous proposals, and improper, missing and/or undated signatures. The State of Florida, Department of Military Affairs, objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent’s response. In submitting its response, a respondent agrees that any additional terms or conditions; whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response.The Non-Technical Specifications Levels 4 & 5 are considered to be applicable to this solicitation and award of contract when made and are made a part hereof.The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide e-procurement system. Pursuant to rule 60A-1.032(1), Florida Administrative Code, this contract shall be exempt from the one percent (1%) transaction fee. Prior to entering into a contract with the State of Florida, Department of Military Affairs, the selected contractor must be registered with the Florida Department of Management Services (DMS) MyFloridaMarketPlace Vendor Registration System. Information about the registration process is available, and registration must be completed at the MyFloridaMarketPlace website (link available under BUSINESS at (www.myflorida.com). Prospective contractors who do not have Internet access may request assistance from the MyFloridaMarketPlace Customer Service at (866) 352-3776.The State of Florida's performance and obligation to pay under this contract is contingent upon availability of funding and an annual appropriation by the Legislature.For the purposes of this solicitation, the terms proposer, respondent, offerer, bidder and contractor/vendor are used interchangeably and mean a person(s) or firm(s) submitting a response to this solicitation, including joint ventures.The employment of unauthorized aliens by any contractor/vendor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If a contractor/vendor employs unauthorized aliens, such violation shall be cause for rejection of bid/unilateral cancellation of a contract if awarded.Order Number 11-02: E-verify System: Department of Homeland Security:Pursuant to the State of Florida, Office of the Governor, Executive Order Number 11-02 entered on January 4, 2011, Contractors will utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of: (a) all persons employed during the term of the Contract by Contractor to perform employment duties within Florida within 3 business days after the date of hire; and (b) all persons (including subcontractors) assigned by Contractor to perform work pursuant to the Contract with the Department within 90 calendar days after the date the Contract is executed or within 30 days after such persons are assigned to perform work pursuant to the Contract, whichever is later.Florida Substitute W-9: The State of Florida requires vendors doing business with the State to submit a Substitute Form W-9. The purpose of a Form W-9 is to provide a Federal Taxpayer Identification Number (TIN), official entity name, a business designation (sole proprietorship, corporation, partnership, etc.), and other taxpayer information to the State. Submission of a Form W-9 ensures that the State’s vendor records and Form 1099 reporting are accurate. Due to specific State of Florida requirements, the State will not accept the Internal Revenue Service Form W-9.Effective March 5, 2012, State of Florida agencies will not be permitted to place orders for goods and services or make payments to any vendor that does not have a verified Substitute W-9 on file with the Department of Financial Services. Vendors are required to register and submit a Form W-9 on the State’s Vendor Website at https://flvendor.myfloridacfo.com. NO VERBAL STATEMENTS MADE BY ANY STATE OF FLORIDA EMPLOYEE OR AGENCY REPRESENTATIVE WILL OPERATE TO SUPERSEDE INFORMATION PUBLISHED IN THIS SOLICITATION. ONLY WRITTEN ADDENDA ISSUED BY THE DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION AND FACILITY MANAGEMENT OFFICE OR ITS REPRESENTATIVES WILL OPERATE TO ALTER OR OTHERWISE AMEND THIS SOLICITATION.
 
Invitation to Bid
will be opened at the below address at
02:00 P.M.,
June 10, 2021.
 

Please direct all questions to:
Fred Levinson
Phone: (904) 823-0255
Ext. 000
FAX: (904) 823-0189
 
Robert F. Ensslin Jr Armory
2305 State Road 207
St. Augustine FL,
32086
 
Email:
ng.fl.flarng.list.cfmo-contracting@mail.mil
 
Any person with a disability requiring special accommodations at the pre-solicitation conference and/or bid/proposal opening shall contact purchasing at the phone number above at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).
 
The Department reserves the right to reject any and all bids or accept minor irregularities in the best interest of the State of Florida.
 
Certified Business Enterprises are encouraged to participate in the solicitation process.
 
A Pre Solicitation Conference has been scheduled. For specific information see the Advertisement Description.
 

Downloadable Files for Advertisement VersionDescriptionTypeRequired Original
220021 Tampa Red Brick Exterior Renovation Exhibit 1 ITB
(Open/Save/View) Complete Document Original
220021 Tampa Red Brick Exterior Remediation Exhibit 3 FNG 5085
(Open/Save/View) Complete Document Original
220021 Tampa Red Brick Exterior Remediation Exhibit 4-5 Proposal Sublist
(Open/Save/View) Complete Document Original
220021 Tampa Red Brick Exterior Remediation Non Tech Specs Level 4-5
(Open/Save/View) Complete Document
indicates a required (not withdrawn) file
 





For questions on a specific bid advertisement, contact the
agency advertisement owner. Advertisements include the contact
information for the agency advertisement. The agency advertisement
owner is the point of contact for vendors with specific questions.

4050 Esplanade Way Tallahassee, Florida 32399Location

Address: 4050 Esplanade Way Tallahassee, Florida 32399

Country : United StatesState : Florida

You may also like

FIRE PANEL INSTALLATION AT THE SAM GIBBONS FEDERAL COURTHOUSE IN TAMPA, FL

Due: 31 Aug, 2024 (in 4 months)Agency: PUBLIC BUILDINGS SERVICE