Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
MODIFICATION

Z -- Multi-Tenant Alterations; Basement, 10th, 11th & 19th Floors

Notice Date
2/5/2003
 
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
GS05P03GBC0019
 
Response Due
3/24/2003
 
Point of Contact
Lisa Gonzalez, Contracting Officer, Phone 312-886-4106, Fax 312-353-9186,
 
E-Mail Address
lisa.gonzalez@gsa.gov
 
Description
THE FOLLOWING CHANGE IS HEREBY ISSUED: THE RESPONSE DATE FOR THE RECEIPT OF PROPOSALS SHOULD READ MARCH 24, 2003-- NOT MARCH 07, 2003.******* The subject solicitation includes Sensitive but Unclassified (SBU) building information. For reasons of security and before release of SBU information, the requester must provide a signed copy of the "Document Security Notice to Prospective Bidders/Offerors" form and submit the following information: 1.) Copy of Business License, 2.) Company Dun and Bradstreet Number, 3.) Valid Tax Identification Number and 4.) Copy of a Valid State Drivers License or State ID. The form shall be submitted to the point of contact cited herein. No e-mail copies will be accepted; however facsimiles will be accepted. After verification of the preceding information, the requester will be designated as an authorized user and a hard copy of the Request for Proposal (RFP)/Compact Disc (CD) of the drawings will be released to the requester. ******* PROJECT SUMMARY. Construction Services are being solicited for Multi-Tenant Alterations (Basement, 10th, 11th & 19th Floors) at the Patrick V. McNamara Federal Building, 477 Michigan Avenue, Detroit, Michigan. Project Summary. The proposed project work includes gypsum board partition systems, door/frame/hardware assemblies, carpet, paint, and supporting electrical and mechanical systems, fire protection, and life safety systems. The contractor is to furnish demolition operations as required to complete the project. Refuse hauling is to be accomplished through the use of dumpsters managed and paid for by the property manager. The Basement work: at a minimum, 45% of the floor area must remain accessible for Food Court patrons at all times during construction. The 10th floor work: the phase one area will temporarily house the occupants of the phase two area while phase two is in progress. All phase two work on the 10th floor must retain access to the File Room and the Weight Room at all times. The 11th floor phase one space must be completed so as to allow a tenant in the phase two 19th floor space to permanently relocate, thus allowing phase two on the 19th floor to commence. The 19th floor work: the phase one area will allow the current occupant of a portion of phase two area to permanently relocate, thus allowing phase two to commence. There are no known asbestos containing materials in the project area. Nevertheless, the contractor is responsible to watch for unforeseen asbestos containing products and notify the Government if any are suspected or encountered. The building has an existing sprinkler system. Existing heads and branches are to be relocated to accommodate the new ductwork, piping, etc. The following are Options to the contract: 1.) Exhaust System for the 10th Floor, 2.) Wall Mounted Receptacles for the 10th Floor and 3.) Exhaust Grill for the 10th Floor Exhaust System. PROPOSAL SUBMISSION REQUIREMENTS. Submission Forms. The contractor must demonstrate that they are able to obtain bonding and that they have the financial capability and resources to undertake this project. Past Experience and Performance on Similar Projects. The Offeror must have at least (5) years of experience on renovations or new construction projects of this type. The Offeror must have successfully completed at least three (3) renovation or new construction projects within the past five (5) years, which are similar in scope, requirements, complexity and level of finish quality to the proposed project and where the project cost was $1.5 million or more. Offerors shall provide three (3) examples of this work. Of these examples, one (1) must be a phased project. Offerors shall provide the following information for each project submitted: the project title, type of work performed on the project, the award amount of the project, the size of the project, the performance period of the project, and the name, title and current phone number of the point of contact & a brief narrative demonstrating how each project submitted is comparable in scope, requirements and complexity. For the phased project, Offerors shall provide a brief narrative demonstrating their previous experience in meeting targeted completion dates for successive phases, with minimal disruption to tenants within occupied areas. Qualifications and Experience of Key Personnel. The key personnel must have at least five (5) years of experience on renovations or new construction projects of this type. The key personnel must have performed essentially the same duties as being proposed under this project on a minimum of three (3) renovation or new construction projects that were completed within the past five (5) years, where the cost was $1.5 million or more. Key personnel shall submit three examples of this work. Of these examples, one (1) must be a phased project. Key personnel shall submit resumes that include the following: currently held position/title; proposed position/title; professional licensing; project work experience over the last five (5) years; and any on-going offer or contract with the General Services Administration or any other Federal Agency. The key personnel shall submit resumes that indicate qualifications and experience, which demonstrate a thorough knowledge and competence level commensurate with the positions for which they are being proposed. CONTRACT AWARD. Proposals will be competitively chosen using negotiated procedures. Award will be based on the lowest price, technically acceptable offer. If a proposal does not meet the requirements of both past experience and performance on similar projects, qualifications and experience of key personnel and the aforementioned submission requirements, it will not be further evaluated based on price. The actual release date for the Request for Proposal (RFP) is anticipated on or around Tuesday, 20 February 2003. Funds are not presently available and award is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. The performance period from contract execution to project completion is approximately 303 calendar days. The resulting contract type shall be firm, fixed-price. SB/SDB. Small business criteria for each category are based on the contractors average annual receipts for the preceding three (3) years. The North American Industry Classification System (NAICS) Code for this project is 236220 (prior to November 2002, the NAICS Code for General Construction was 233320). In accordance with the Small Business Competitiveness Demonstration Program, this procurement is open to all business concerns. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. Small business, minority-owned and women-owned businesses are strongly encouraged to participate. Small disadvantaged businesses must be pre-certified by the Small Business Administration in order to be considered for evaluation as such under the new federal regulations. In order to receive the benefit of a price evaluation preference, you must be certified by the Small Business Administration as a HUBZone small business concern and/or a small disadvantaged business concern. Contact your local SBA office for further information. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of federal facilities. JOINT VENTURES. Joint venture or firm/consultant arrangements will be considered and must submit an acceptable joint venture agreement. In the event a large business is the awardee, an acceptable Subcontracting Plan must be approved prior to Contract Award. Large Businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, woman-owned small business, HUBZone small business, veteran-owned small business and service-disabled veteran-owned small business concerns. INTERESTED PARTIES/ HOW TO OFFER. Interested parties should submit a letter of interest to the attention of Lisa M. Gonzalez at the General Services Administration; Property Development (5PC); 230 South Dearborn Street, Room 3512; Chicago, Illinois 60604-1696; or by facsimile at (312) 353-9186. A hard copy of the Request for Proposal (RFP)/Compact Disc (CD) of the Drawings will be issued to interested parties who have been designated as authorized users. A Pre-Proposal Conference will be scheduled at a later date. Details will follow in an amendment. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PCI/GS05P03GBC0019/listing.html)
 
Place of Performance
Address: Patrick V. McNamara Federal Building 477 Michigan Avenue Detroit, Michigan
Zip Code: 48226
Country: USA
 
Record
SN00412084-F 20030827/030825222732 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.