Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
MODIFICATION

Z -- Renovation of U.S. Courthouse in Milwaukee, WI

Notice Date
11/20/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS-05P-02-GBC-0001
 
Response Due
1/3/2003
 
Archive Date
1/18/2003
 
Point of Contact
Brian Raymond, Contract Specialist, Phone 312-353-0617, Fax 312-353-9186,
 
E-Mail Address
brian.raymond@gsa.gov
 
Description
Construction Services are required for renovations at the Federal Building and U.S. Courthouse located at 517 East Wisconsin Avenue in Milwaukee, WI. Project Summary: The scope of services under this proposed contract includes elevator replacement; HVAC work; upgrades to the electrical system; sidewalk vault repairs; and installation of an emergency generator. The building will remain fully occupied by various Federal tenants, and it will be the contractor?s responsibility to phase and coordinate all work around these tenants. The estimated cost of construction falls within the range of $5.0 million to $10.0 million, with anticipated construction duration of approximately twenty-one (21) months. Funds are currently available for this acquisition. Procurement Type and Methodology: A firm, fixed-price contract is contemplated. Contractor selection will be in accordance with the Federal Acquisition Regulations (FAR) Part 15.3 for Source Selection procedures and the Best Value Trade-off process. For this procurement, the following technical factors, when combined, are more important than cost or price. When technical factors are equal between offerors, price becomes more important. 1. Past Experience with Similar Projects, 2. Past Performance on Similar Projects, 3. Qualifications of Key Subcontractors, and 4. Management Plan and Project Schedule. Proposal Requirements and Selection Process: Proposals will be evaluated using a two-stage, Source Selection process. Under Stage 1, offerors will submit technical proposals (demonstrating qualifications, past experience, references, personnel, and resources that clearly address the evaluation factors identified in the Request for Proposal (RFP) and price proposals in separate envelopes. The evaluation factors summarized above will be used in Stage 1 to evaluate technical proposals and determine a competitive range of the most highly qualified firms that will be invited to participate in an oral presentation to take place in Chicago, IL, tentatively January 16th, 2003. Further narrowing of the competitive range may result based on the results of the interviews. In Stage 2, the price proposals submitted during Stage 1 will be evaluated for the firms in the competitive range. Negotiations will be conducted if necessary, but the Government reserves the right to make an award based on initial proposals without holding discussions. The final selection will be made based on Best Value. Small Business Requirements: This procurement for Building Alterations falls under NAICS code 233320 and, as such, is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. The small business size standard for this work category is $27.5 million. Although this procurement is open to large business firms, small, small woman-owned, small minority-owned, small HUBZone, and small Veteran-Owned (including Service Disabled Veteran-Owned firms) are strongly encouraged to participate. Large businesses will be required to provide the maximum practical opportunities to small, small woman-owned, HUBZone small, small business concerns owned and controlled by socially and economically disadvantaged individuals and Veteran-Owned small business concerns through participation as subcontractors in the performance of this contract. In Stage 2 of this process, each large business in the competitive range will be required to submit an acceptable subcontracting plan in compliance with the minimum acceptable subcontracting target goals set by the Small Business Administration (SBA). (Small businesses are not subject to this requirement.) Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the highest subcontracting goals for the concerns mentioned above. In order to receive a price evaluation preference benefit, a firm must be certified by the Small Business Administration as a HUBZone small business concern and/or a small disadvantaged business concern. Please visit http://www.sba.gov for details. How to Offer: Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting the following information: a one-page letter on company letterhead stating interest in the project; a copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the following information- name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); a valid DUNS number for the business whose license is presented; a valid IRS Tax ID number for the business whose license is presented; and a valid picture state driver's license of the person(s) to whom the documentation is to be entrusted. Firms providing this information will be provided a copy of the Request for Proposals (RFP) package (specifications and drawings), which will be in Compact Disc format. This is the only RFP format that GSA will provide. The architect for the project has contracted Dunn Blue Reprographic Services for any hard copy reproduction of the RFP or technical drawings. To get copies of either, please contact Mr. Bill Dunn at (248)288-5600. The tentative date for release of the RFP is 25 November 2002. The RFP will provide additional information regarding the submission format. Letters of interest and support documentation should be mailed to Brian Raymond, GSA, PBS, Property Development Division - 5PC (312-353-0617), 230 S. Dearborn Street, Room 3512, Mail Stop 35-6, Chicago, Illinois 60604 or faxed to 312.886.4103. Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov. Any contractors that submitted security information for this solicitation when it was announced in May 2002 will receive copies of the solicitation automatically and do not need to submit another request.
 
Place of Performance
Address: 517 E. Wisconsin Ave., Milwaukee, WI
 
Record
SN00208380-W 20021122/021120213532 (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.