Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
MODIFICATION

Z -- Richard Bolling Federal Building 15th & 16th Floor Tenant Improvements

Notice Date
5/3/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P04GZC0003
 
Response Due
5/18/2004
 
Archive Date
5/21/2004
 
Point of Contact
Karen Poole, Contracting Officer, Phone (816) 823-4920, Fax (816) 823-5935, - Felicia Harper, Contract Specialist, Phone 816 823-4911 , Fax 816 823-5939,
 
E-Mail Address
karen.poole@gsa.gov, felicia.harper@gsa.gov
 
Description
THIS MODIFICATION IS TO NOTIFY PLANHOLDERS THAT AMENDMENT NO. 2 HAS BEEN UPLOADED INTO WWW.FEDTEDS.GOV. AMENDMENT NO. 2, AMONG OTHER ITEMS, EXTENDS RECEIPT OF PROPOSALS TO TUESDAY, MAY 18, 2004 AT 2:00 PM. PLEASE VISIT THE SITE FOR THE AMENDMENT. ORIGINAL SYNOPSIS: The project is a continuation of Phase I of a four-phase program to renovate an 18-story office building. Approximately 80,000 gross square feet of the 1.2 million gross square foot building will be renovated in this project. Estimated cost range is $2,000,000 to $4,000,000. Completion time is 196 calendar days after receipt of Notice to Proceed, to be issued on or about July 19, 2004. This contract is restricted and limited to only those firms having (1) an existing general construction contracting office as of the date of this announcement within the bi-state Kansas City region consisting of the Kansas Counties of Johnson, Leavenworth and Wyandotte; and the Missouri Counties of Cass, Clay, Jackson, Platte and Ray; (2) a hazardous materials abatement subcontractor whose on-site supervisors for this project possess the Supervisor / Missouri State Certificate for Asbestos Related Occupations and their most recent required refresher training certificate; and (3) a data wiring subcontractor whose on-site supervisor for this project has been certified by Building Industry Consulting Services International, Inc. (BICSI). This project will be limited to floors 15 and 16 and various return-air shafts and pipe chases from floors 11 through 18. The building will be occupied during construction, however floors 15 and 16 will be vacant. Base Bid contract work includes tenant improvements consisting of new drywall partitions; minor amounts of ceiling replacement; new doors, frames and hardware; paint, plaster, and vinyl base; casework; tenant signage; redistribution of existing above ceiling HVAC; new, and relocation of, existing lighting fixtures; floor box connections for office furniture; new panel boards; and telephone and data raceway and drops. Base Bid also includes shell work consisting of patching and preparing concrete floor slab for finishes, demolition and asbestos abatement in building return-air shafts at the 15th and 16th floors, installation and finishing of new shaft walls at the 15th and 16th floors, and installation of new transformers. Option Bid work includes minor modifications in rest rooms and vending rooms; installation of epoxy terrazzo and base, vinyl wall covering and carpet; and asbestos abatement in building return-air shafts and pipe chases from floors 11 through 18. Any contractor or subcontractor performing asbestos abatement shall satisfy special competencies and provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with the hazardous materials involved. The Government will not indemnify against such risk. Construction work that is disruptive to the tenants and building operations must be completed outside of normal business hours. This is a competitive negotiated acquisition using source selection procedures. Proposals will be evaluated in two stages. Stage 1 will consist of technical evaluations. Stage 2 will consist of price evaluations. Offerors must submit their technical proposals and price proposals at the same time, but in separate packages. The Government intends to use the ?trade-off process? in selecting the prime contractor. The ?trade-off process? is a method of evaluating price and other related factors specified in the solicitation, with the goal being to select the proposal that is most advantageous to the Government in terms of both technical qualifications and price. For this procurement, technical qualifications and price are approximately equal. Award will be made to the responsible offeror whose offer conforms to the solicitation and provides the combination of technical qualifications and price most advantageous to the Government. The Government will evaluate all proposals. Two factors will be considered - technical qualifications and price. The elements that make up the technical evaluation factors, in order of importance, are (1) Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management Plan Approach. Proposals will first be ranked according their technical quality. After all proposals have been ranked according to their technical quality, price proposals will be opened and separately ranked. The two separate ranks will be averaged together into a single total rank and the offeror with the highest total rank will be considered the most advantageous. If the ranks of two or more offerors are equal, the higher technical proposal will be the offer considered most advantageous. The Request for Proposal (RFP) will include a general scope of work, completed drawings and specifications, the Solicitation Provisions, the Proposal Submittal Requirements and the Evaluation Factors. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution (FEDTeDS). GSA, PBS, Property Development Division, Administrative/Procurement Services Branch (6PCA), will no longer mail hardcopies of construction solicitations and amendments. The solicitation (specifications and drawings) and its amendments will only be available through a link in FedBizOpps to the Federal Technical Data Solution (FEDTeDS) website. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov <http://www.ccr.gov>) and then with FEDTeDS (www.fedteds.gov <http://www.fedteds.gov>). As the General Services Administration implements FEDTeDS, solicitations will continue to be available through the government-wide point of entry (www.FedBizOpps.gov) but the sensitive but unclassified acquisition related information (specifications and drawings) will only be available through links to FEDTeDS. The drawings are being provided as .DWF file. Drawings can be viewed from Autodesk. Bidders are responsible for producing their own print sets for their use. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors must supply the following information: 1. Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company's CCR Point of Contact, 2. Your Company's DUNS Number (800-333-0505 if you do not have one) or CAGE Code 3. Your Company?s Tax ID Number, 4. Your Telephone Number, and 5. Your E-Mail Address. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Your CCR registration should take approximately 48 hours for processing and activation. Once you have registered with CCR you may then register with FEDTeDS to view solicitations. No federal materials can be downloaded until you have registered under both sites. You may register with FEDTeDS via the following URL https://www.fedteds.gov/. If you have not used the site previously, please go to "Register with FedTeds" and read the Vendor User Guide. The official planholders list will be based on only those requesting specifications through FedTeDS. There will be a Pre-Proposal Conference on Wednesday, April 14, 2004, at 9:00 a.m., local time, in room N133 of the Richard Bolling Federal Building, 601 East 12th Street, Kansas City, Missouri. Proposals will be received in on Thursday, May 6, 2004, at 2:00 p.m, local time. Specific location is specified in the RFP. Only one proposal may be submitted by each offeror. The Government will evaluate submissions to establish those within a competitive range. Proposals submitted should be acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. Prior to award of contract, the contractor, if not a small business, will be required to submit and have GSA approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. The proposed procurement listed herein is not set aside for small business. All responsible sources not limited by the restrictions stated in the first paragraph the may submit a bid, which will be considered by the agency within the limits of this announcement. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. The RFP specification and Construction Documents are available by link via this announcement. The list of plan holders will be based only on those requesting the Bid Documents via FEDTeDS (see above) through the link contained in this announcement. Those requesting drawings, plans, and/or specifications must first register at www.ccr.gov. Contact Karen Poole, Contracting Officer, for questions concerning this announcement at 816-823-4920 or fax her at 816-823-5935. Technical questions should be directed to the Project Manager, George Gourse, at 816-823-2262.
 
Place of Performance
Address: 601 East 12th Street, Kansas City, MO
Zip Code: 64105
Country: USA
 
Record
SN00579026-W 20040505/040503212332 (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.