Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

Z -- Edith Green/Wendell Wyatt Window Security Improvements Project, Portland, Oregon

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-04-LTC-0031
 
Response Due
5/5/2004
 
Archive Date
5/20/2004
 
Point of Contact
Judith Tomlinson, Contracting Officer, Phone (253)931-7657, Fax (253)931-7395, - Sue Saucier, Procurement Technician, Phone 253-931-7127, Fax 253-931-7395,
 
E-Mail Address
judy.tomlinson@gsa.gov, sue.saucier@gsa.gov
 
Description
This project located at the Edith Green/Wendall Wyatt Federal Building provides new construction and finishes including but not limited to security film and silicon caulking for existing windows systems, supplemental steel strong-backs to reinforce vertical window mullions for existing window systems, and relocation of existing electrical/communication conduits affected by the work. The contractor shall limit his use of the building premises to the work indicated, so as to allow for continued Government occupancy and use of adjacent areas. SELECTION PROCESS: This procurement is issued pursuant to the Small Business Competitive Demonstration Program. Award will be a firm fixed price contract and the procurement method will be a negotiated request for proposal process. The successful offeror will be the technically acceptable firm offering the lowest request for proposal price. The following criteria will be utilized as evaluation factors for award. 1. Prime contractor or subcontractor shall have demonstrated five years experience in security film installation. Highlight any experience with security film installation. 2. Provide proposed strategies geared to prime contractor’s responsibility to coordinate with tenants all work in order to meet requirements and to be able to execute the project scope of work with a minimum of tenant disruption. 3. Provide documentation to demonstrate contractor’s past performance: Offerors shall provide the following information for current contracts, or contracts completed in the past five years (no less than three and no more than five contracts) that are similar to the subject contract (scope of work and dollar value): a. Name of the Customer/Company with whom the contract was held. b. Name and phone number of the primary contact with company. c. Brief description of contract. d. Contract value (total). 4. Provide names, resume, previous security film installs, and references of proposed installation team. Include proposed project manager, superintendent, and primary installers. a. Name of employee. b. Resume. c. Names and telephone numbers of three (minimum) to five (maximum) project references. Technical Proposals shall be evaluated on an ACCEPTABLE or NOT-ACCEPTABLE basis only. Price is considered equally important to the Technical Evaluation Factors. For those proposals which have been deemed technically acceptable, price will become the deciding factor upon which award will be made. Accordingly, award will be made to the offeror whose proposal is determined to be technically acceptable and at the lowest price. The estimated magnitude of this project is between one million dollars ($1,000,000.00) and five million dollars ($5,000,000.00). The approximate duration of the contract is 90 calendar days. The NAICS code for this procurement is 236220. This procurement is UNRESTRICTED. For the purposes of this procurement, a concern is considered a small business if its average annual receipts are $28.5 million or less. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Small business participation: Although this procurement is open to large business, small, small women owned, small disadvantaged, Section 8(a), Service-disabled Veteran, and HUBZone small business firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in construction of Federal facilities. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontractor work: small business (39%); small women-owned business (5%); total small disadvantaged business (SDB) (6%); Service-disabled Veteran-owned (3%); Veteran-owned (5%); and HUBZone small business concerns (3%). Joint venture offers will be considered. The contractor’s personnel will be required to obtain security clearances prior to working on this project. The physical protection of Federal employees, the visiting public, and facilities has always been a priority for General Services Administration (GSA). GSA and other Government agencies are reviewing GSA’s construction and security criteria to find ways to prevent future occurrences of terrorism. Dissemination of Sensitive but Unclassified (SBU) building information shall only be made upon determination that the recipient is authorized to receive it. Therefore, authorized non-Government users shall provide valid identification to receive SBU building information (request for proposal solicitation). Provide valid identification to the attention of Judith Tomlinson, Contracting Officer, or Sue Saucier at General Services Administration, Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA 98001-6599 no later than March 26, 2004. Offerors must comply with the following requirements excerpted from PBS Order PBS 3490.1: Purpose. This GSA order sets forth PBS’s policy on the dissemination of sensitive but unclassified (SBU) paper and electronic building information of GSA controlled space, including owned, leased, or delegated Federal facilities. A major concern of GSA and the Federal Government is the safety and security of people and facilities under the charge and control of GSA. This order outlines the PBS security procedures needed to reduce the risk that the material will be used for dangerous or illegal purposes. Valid identification shall be the following: A copy of a valid business license (if required by the jurisdiction where the business is incorporated or where the job is located). The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. If a business license is not required by the jurisdiction, the information shall be provided and certified; and Verification of a valid D-U-N-S Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and A Valid Tax ID Number of the company requesting the information [validation procedures being determined]; and A signed certification from the authorized user acknowledging the requirement to safeguard the SBU building information. The certification shall include the definitions of “reasonable care” as defined under this order. Please use for purpose of certification the final two pages of this synopsis. Document is entitled "Document Security Notice for Prospective Bidders/Offerors." A Valid State driver’s license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. Reasonable care is defined as: (a) Limiting reproduction and/or dissemination of covered materials only to persons/parties related to the required work or otherwise authorized to receive such information; (b) Making every possible effort that is reasonable and prudent to prevent unauthorized disclosure of this information; (c) Destroying documents no longer needed after completion of the work. Destruction shall be done by burning or shredding hardcopy, and/or degaussing CDs, deleting and removing files from the electronic recycling bins, and defragmenting the computer hard drives. Unsuccessful bidders/offerors shall make every reasonable and prudent effort to destroy or render useless all information/documentation received during the solicitation and/or appeals process upon contract award and completion of any appeals process; (d) Performing due diligence to assure that all those who were in turn given SBU building information in the course of the work (such as subcontractors or suppliers) also adhere to these disposal requirements; (e) The awardee continuing the efforts required above throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the awardee; (f) Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Plans and specs will be available on or about April 5, 2004. Offerors desiring copies of the Request for Proposal Solicitation MUST DO SO IN WRITING and be received by GSA before Request for Proposal documents will be mailed. Requests may be made: (1) via email to Sue Saucier: sue.saucier@gsa.gov or Judith Tomlinson: judy.tomlinson@gsa.gov or (2) by fax to their attention at fax no. (253) 931-7395. Submit request for copy of solicitation by March 26, 2004. No phone requests accepted. Refer to Number GS-10P-04-LTC-0031 when ordering. Please be sure to include if you are a Prime, Sub or Plans Room. Authorized non-Government users shall provide valid identification to receive SBU building information (request for proposal solicitation). Project is open to both large and small business. The response due date is ON OR ABOUT May 5, 2004. *****Contractors doing business with GSA are required to be registered in the Central Contractor Registration (CCR) Database prior to award of contract. Go to the following website for more information: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html Click on “new” to begin your registration process. General Services AdministrationNorthwest Arctic RegionPortfolio Procurement, 10PDC400 - 15th Street South WestAuburn, WA 98001-6599 Request for: DOCUMENT SECURITY NOTICE TO PROSPECTIVE BIDDERS/OFFERORS This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation. Reasonable care is defined as: (a) Limiting reproduction and/or dissemination of covered materials only to persons/parties related to the required work or otherwise authorized to receive such information; (b) Making every possible effort that is reasonable and prudent to prevent unauthorized disclosure of this information; (c) Destroying documents no longer needed after completion of the work. Destruction shall be done by burning or shredding hardcopy, and/or degaussing CDs, deleting and removing files from the electronic recycling bins, and defragmenting the computer hard drives. Unsuccessful bidders/offerors shall make every reasonable and prudent effort to destroy or render useless all information/documentation received during the solicitation and/or appeals process upon contract award and completion of any appeals process; (d) Performing due diligence to assure that all those who were in turn given SBU building information in the course of the work (such as subcontractors or suppliers) also adhere to these disposal requirements; (e) The awardee continuing the efforts required above throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the awardee; (f) Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Note: It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records of recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary. (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. If a business license is not required by the jurisdiction, the information shall be provided and certified; and (b) Verification of a valid D-U-N-S Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid Tax ID Number of the company requesting the information [validation procedures being determined]; and, as necessary, (d) A Valid State driver’s license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) through (c), above. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work.). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized user under the conditions set forth above. ____________________________________ __________________________ Signature Date ______________________________ _______________________________ Title Company Name (Attach copy of business License to request.) ______________________________ _______________________________ Telephone Street Address ______________________________ _______________________________ Federal ID Number (Tax ID) City, State, Zip ______________________________ _______________________________ DUNS Number email address FAX this completed document to the attention of the contracting officer, (253) 931-7395. CONTRACTOR DOCUMENT DISPOSAL NOTICE (To be completed and submitted upon close of solicitation, at the time of Release of Claims, or when the need no longer exists for documents) I certify that all documents, hard copy and/or electronic, received by me and/or my subcontractors, with the exception of my record copy, have been properly disposed of using the methods as described in item 4 above. Any record copies of documents will be safeguarded against unauthorized use for the term of retention. _________________________________ ___________________________ Signature Date ****************************************************************************************************************************************** GSA USE ONLY BELOW ****************************************************************************************************************************************** VERIFIED: YES NO COMMENTS: ____________________________________________________ CO Initials ___________ ________________________________________________________________________
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/10PDC/GS-10P-04-LTC-0031/listing.html)
 
Place of Performance
Address: Edith Green/Wendell Wyatt Federal Building Portland, Oregon
Zip Code: 97204
Country: U.S.A
 
Record
SN00541726-F 20040312/040310231643 (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.