Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2004 FBO #0867
MODIFICATION

Z -- John W. Bricker Federal Building, 200 N. High Street, Columbus, OH, Renovation and Parking Garage Repair

Notice Date
4/9/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GS05P04GBC0019
 
Response Due
5/18/2004
 
Archive Date
5/20/2004
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186,
 
E-Mail Address
bobbie.tyler@gsa.gov, leafie.clark@gsa.gov
 
Description
Solicitation GS05P04GBC0019, Notice issued March 3, 2004, was placed on hold due to incorrect information. THE INFORMATION FOR SOLICITATION GS05P04GBC0019 IS HEREBY CORRECTED AND SHALL READ AS FOLLOWS: The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for the John W. Bricker Federal Building, Renovation and Parking Garage Repair, at 200 N. High Street in Columbus, OH. The estimated cost range for this project is $5 Million to $15 Million, with an anticipated construction duration of twenty one (21) months. The project was designed based on design excellence in architecture and engineering and it is the Government?s intent to have a construction excellence completion. This is a single contract project, where the general contractor or general?s subcontractors must have experience in occupied office renovation projects, and unique experience in parking garage repair work. The building will remain fully occupied by various Federal tenants, it will be the responsibility of the contractor to phase and coordinate all work around the tenants and their normal operations. The scope of work under this proposed contract involves the following: AA. Office Building ? A. Base Work: Architectural interior upgrades, toilet room upgrade, replace all building windows and ground floor glazing (ground floor glazing shall be blast resistant), HVAC upgrades, replace pneumatic temperature controls with new DDC, lighting upgrades, power distribution upgrades, replace fire alarm system. B. Option Work: Replacement of door hardware, add fragmentation film to new windows, provide laminated insulated windows, provide new roller shades, new lobby flooring, new suspended acoustical ceiling a the tenant areas on floors 2 through 7, renovation of the elevator lobbies on floors 2-7, new chilled water treatment, provide upgraded filtration at AHU#1 and AHU#2 systems, cleaning of all-high and low-pressure ductwork, replace of the electric water coolers, new UVC emitters on the AHU #1 and AHU #2 systems, provide insulation on all of the existing high-pressure ductwork, eliminate all work for the replacement of the tenant area light fixtures, provide all additional work required for the inclusion of the additional LEED requirements, provide blast resistant curtain wall & assoc. structure as described in documents. BB. Parking Garage Building (detached from office building) ? A. Base Work: Provide various concrete floor repairs as well as fa?ade sand stonework, all as described in the design documents. B. Option Work: G1: Provide limestone restoration cleaning and repair on the garage, as indicated in the design documents, G2: Provide all work required for the installation of an emergency power feed to garage, as indicated in the design documents G3: Replace fire alarm system This procurement will be handled in accordance with Source Selection procedures (Refer to Federal Acquisition Regulations (FAR) Part 15.3) SOURCE SELECTION PROCEDURES. Offers will be evaluated against the following evaluation criteria?s. Offers must address in written format specifically addressing each individual qualification criteria. The following submission requirements and evaluation criteria?s are listed in descending order of importance:  Management Plan and Project Schedule  Key Team Member Qualifications  Product / Equipment Evaluation  Past Performance  Past Experience Factors will be outlined in detail in the Request for Proposal (RFP) To determine the offers understanding of the work and ability to perform the contract, offers will be rated and prices will be compared to the technical rating to determine which offer represents the Best Value to the Government. Technical factors when combined are sufficiently more important than price. The Government plans to award a firm fixed contract to the responsible offeror whose proposal is most advantageous to the Government (Best Value Trade Off Process), considering both technical factors and price, permitting award to other than the lowest price offeror or other than the highest technically rated offeror. The Government reserves the right to conduct negotiations if it is determined to be in the best interest to do so. The North American Industry Classification System (NAICS) code for this project is 236220. It is open to both large and small businesses. The small business size standard for this work category is $28.5 million. This procurement is open to large businesses, small, small woman-owned, small minority-owned, small HUBZone, small Veteran Owned, and Service Disabled Veteran Owned firms are encouraged to participate. Large business 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 and service disabled Veteran Owned business concerns through participation as subcontractors in the performance of this contract. As part of the technical package, each firm submitting an offer as a large business 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. Large firms shall demonstrate a proactive effort to achieve the highest possible subcontracting goals for the above mentioned concerns. Firms seeking price evaluation preferences as HUBZone small businesses and/or Small, Disadvantaged business concern must be certified by the Small Business Administration. For details please visit http:www.sba.gov. 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 (If a company does not have a Duns number please contact Dun & Bradstreet at (1-800-362-3425); a valid IRS Tax ID number for the business whose license is presented; and a valid picture state drivers 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). The tentative date for release of the RFP is April 16, 2004. Letters of interest and support documentation should be mailed to Ms. Leafie Clark, GSA, Property Development Division, 230 S. Dearborn Street, Room 3512, Chicago, IL 60604, or fax to (312) 886-4103. Once GSA receives the proper information, each contractor will be faxed a Document Security Form two (2) pages in which they must sign and fax back. Failure to sign and return by fax will delay your company from receiving the RFP. The anticipated date for receipt of proposals in response to this Request for Proposal (RFP) is May 18, 2004, at 4:00 p.m. Chicago time. Proposals shall be submitted in two separate packages marked clearly as Technical and Price (four copies of each). Any further announcements regarding this solicitation will be posted in Fed Biz Opps at www.eps.gov. Note: the pre-proposal conference will also be announced in FED Biz Opps at a later date.
 
Place of Performance
Address: 200 North High Street, Columbus, OH
Zip Code: 43215-0000
Country: U.S.
 
Record
SN00563476-W 20040411/040409212508 (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.