Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
MODIFICATION

Z -- Building Expansion at the Hastings-Keith Federal Building in New Bedford, MA

Notice Date
4/15/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), South Service Center (1PL-RI), John O. Pastore Federal Building Two Exchange Terrace, Room 102, Providence, RI, 02903
 
ZIP Code
02903
 
Solicitation Number
GS-01P-03-NLC-0022
 
Response Due
5/23/2003
 
Archive Date
6/7/2003
 
Point of Contact
Frank Pfeiffer, Contracting Officer, Phone (401) 528-5130, Fax (401) 528-5114,
 
E-Mail Address
frank.pfeiffer@gsa.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Description: NAICS 236220 (previously 233320) Size Standard: $28.5 Million. Project No. NMA00154, Solicitation No. GS-01P-03-NLC-0022 Building Extension at the Hastings-Keith Federal Building, New Bedford, MA. This procurement is restricted to certified HUB Zone small business concerns. The RFP package will be issued only to certified Hub Zone firms expressing an interest in this solicitation. A list of those firms will be posted on this website. The estimated construction cost range is $1 million to $5 million. The estimated period of performance is 12 months. This requirement is for the procurement of a construction firm to provide all management, labor, materials, and equipment necessary for completing a new masonry, one-story, building extension, at the existing Hastings-Keith Federal Building; originally completed in 1976. The new addition will be tied into the existing building, which has a porcelain-enameled exterior panel system. Construction portions will be phased to accommodate the tie-in of the new building to the existing building, which will remain occupied. The area of the new addition is approximately 6,000.00 SF. The successful firm must have previous experience with size and scope of similar construction projects. The contractor?s personnel will be required to obtain security clearances prior to working on this project. Work includes, but is not limited to, site work removals, interior reconfiguration consisting of finishes, heating/cooling, lighting power and fire protection. Construction work will include an IWS/LAN installation that will be completed in five phases in both existing spaces and the new addition. The project is being procured using source selection procedures, which will result in a firm-fixed price award to the offeror who provides the best value to the Government. 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 proposal that represents the best value to the Government. For this procurement, evaluation factors are equal to price related factors. Upon receipt of all price and responses to evaluation factors, a formal selection of a firm will be made. Failure of offerors to submit a response to the evaluation factors will preclude further participation on this acquisition. Evaluation factors will consist of 1) prior experience, 2) management capability, 3) past performance. Regarding past performance offerors with no relevant performance history shall provide information which helps to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the requirement as identified in the attached Statement of Work. Offerors should provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The government?s evaluation will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Interested parties may obtain a copy of the solicitation package, which will be available on CD only. The CD solicitation package should be available on or about April 25, 2003. You must fax your request to the attention of Frank Pfeiffer at 401-528-5114, or by email to Frank.Pfeiffer@gsa.gov. All requests must be accompanied by a completed Document Security Notice which will be validated prior to issuance of the CD. The Document Security Notice is posted separately under this solicitation number. Requests will not be honored from any prospective offeror who does not comply with the Document Security Notice and identification of its status as a qualified Hub Zone business. P.O. Boxes cannot be used as a mailing address. Interested parties may also request a copy of these documents by writing to the Contracting Officer at the following address: General Services Administration (1Pl-RI), John O. Pastore FB and USPO, Room 102, Two Exchange Terrace, Providence, RI 02903. A pre-proposal meeting is tentatively scheduled for May 16, 2003. The proposal due date will be OOA May 23, 2003.
 
Place of Performance
Address: 53 North Sixth Street, New Bedford, MA
Zip Code: 02740
Country: USA
 
Record
SN00304414-W 20030417/030415213857 (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.