Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
MODIFICATION

Z -- Repair and Alterations to the Thomas J. McIntyre Federal Building, Portsmouth, NH

Notice Date
9/3/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-02-BZC-0040
 
Response Due
10/18/2002
 
Point of Contact
Joyce Paul, Contract Specialist, Phone 617-565-8386, Fax 617-565-7147, - Sarah Robinson, Contract Specialist, Phone (617) 565-6013, Fax (617) 565-5967,
 
E-Mail Address
joyce.paul@gsa.gov, sarah.robinson@gsa.gov
 
Description
Solicitation Notice: This requirement is for the procurement of a construction firm to provide all supervision, labor, materials and equipment necessary for alterations of the Thomas J. McIntyre Federal Building. The facility is approximately 10,841 gross square meters (116,692 SF). The building consists of a four-story tower with one story postal facility adjacent to the tower and a two story-parking garage attached to the rear of the structure. The alteration work will include, but not be limited to: modernization of office space, renovate main lobby, replacement of roof and windows, extension of sprinkler system, seismic reinforcement, miscellaneous upgrades to mechanical and electrical systems, and asbestos abatement throughout the building. (All abatement work will be done during other than normal working hours in unoccupied areas.) (The building will be mostly occupied throughout the project). Work will be conducted in phases to accommodate continued occupancy of the building. The successful firm must have previous experience with similar size and scope of construction projects with particular emphasis on complex multi-phased renovations & alterations. GSA has defined similar size and scope to be: renovation of an occupied office building (Governmental, Courthouse, or Institutional) of approximately $5 million dollars or more and / or phased construction renovation projects in occupied buildings of approximately $5 million dollars or more that involve the removal of hazardous materials. The contractor's personnel will be required to obtain security clearances prior to working on this project. The approximate duration of the contract is 2 years. This project is designed using metric units and the estimated cost of this project is more than ten million dollars ($10,000,000). Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, qualified/experienced personnel, subcontracting opportunities, and on their price proposals. The acquisition process shall consist of five phases: Phase 1- Receipt and evaluation of technical proposals utilizing a draft RFP with the technical evaluation factors. Phase 2 - Develop an advisory short list based on technical qualifications/proposals of the most technically qualified firms. In this stage, GSA will advise each respondent that participates in Phase 1, in writing, as to whether or not it will be invited to participate in Phase 3, or that it is unlikely to be a viable competitor. GSA will advise the responding firms considered not to be viable competitors and the basis of GSA's opinion. GSA will inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 3. Phase 3- Receipt and evaluation of price proposals based on 100% construction documents (a competitive range will then be developed by the Contracting Officer). Phase 4 - oral presentations and interviews of firms in the competitive range. Phase 5- negotiations and receipt and evaluation of final offers. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer during Phase 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are more important than cost or price. The Government has reserved the right to make an award at completion of Phase 4. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Past Performance, 2. Key Personnel & Experience, and 3. Subcontracting. The NAICS code applicable to this project is 233320. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of this Solicitation (RFP) minus technical specifications and drawings will be available through the World Wide Web only, on approximately 09/03/2002 (www.fedbizopps.gov ). To be included on our GSA source list, please mail, fax or email your request to Joyce Paul, at GSA, Property Development Division (1PC), 10 Causeway Street, Room 975, Boston, MA 02222-1077; fax 617-565-5967 or email joyce.paul@gsa.gov , reference Solicitation Number GS-01P-02-BZC-0040 for identification purposes, TELEPHONE REQUESTS WILL NOT BE HONORED. Additional information on how to obtain 100% Solicitation documents will be issued in the draft RFP. The RFP will provide date, time and location for the Pre-Proposal Conference. Following the conference, time will be allowed for a networking session for small, small disadvantaged, women owned, hubzone, and large businesses to meet other prospective firms for possible subcontracting opportunities on this project. Further information on this networking session will be listed in the RFP. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, and follow the procedures for notification registration. For reasons of security and before release of information, the requestor must complete and sign The Document Security Notice(DSN) to Prospective Bidders/Offers. The DSN was posted separately under the Pre-Solicitation Notice. This Notice shall be faxed to the point of contact cited herein, (Joyce Paul at (617) 565-5967.
 
Place of Performance
Address: Thomas J. McIntyre Federal Building,, 80 Daniel Street, Portsmouth, NH 03801
 
Record
SN00156839-W 20020905/020903213741 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.