Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

Z -- Renovation of Karrick Hall, Phase II

Notice Date
3/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-04-B-0005
 
Response Due
4/9/2004
 
Point of Contact
Elizabeth Moya, Senior Contract Specialist, Phone 202-220-5407, Fax 202-220-5711, - Tammie Crank, Contracting Officer, Phone 202-220-5710, Fax 202-220-5711,
 
E-Mail Address
elizabeth.moya@csosa.gov, tammie.crank@csosa.gov
 
Description
This is a pre-solicitation notice of a two-step bid process for a construction project pursuant to FAR 14.5. Interested firms must submit a faxed request on company letterhead to 202-220-5711 no later than 3:00PM (EST) on Friday, April 9, 2004, which clearly indicates the firm’s intent to participate in the two-step bid process. Faxed requests shall include both a company fax number, a point of contact and an e-mail for the point of contact. Under Step One of the two-step bid process, the government will issue a solicitation letter to interested firms. The government’s letter will direct firms on how to submit written technical proposals addressing the following elements: (a) Key Personnel (qualifications and experience), (b) Corporate Experience (as evidenced by past and present performance on similar projects), (c) Procedures to be used to ensure contract requirements are met (Quality Control Program), (d) Start-up and Phase-In Schedule. The government considers factors (a) and (b) to be of equal importance and relatively more important than the equally important factors of (c) and (d). Proposals will be initially evaluated element by element using the following scale: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory. Each technical proposal will then be categorized as Acceptable, Reasonably Susceptible of being made Acceptable, or Unacceptable. The government may proceed to Step Two without requesting further information from any offeror. However, the government reserves the right to request clarifying or supplemental information from offerors that it considers Reasonably Susceptible of being made Acceptable. Prospective firms are advised only one technical proposal may be submitted by each offeror and initial submissions should be complete, accurate, and readily understood. Only firms rated as Acceptable under Step One will be allowed to submit sealed bid pricing under Step Two, subsequent to a mandatory Site Visit. The sealed bidding process under Step Two will not be synopsized or publicly posted, however the names of firms with acceptable proposals in Step One will be listed through a notice on FedBiz Opps (for the benefit of prospective subcontractors). This construction project consists of minor remediation, comprehensive alterations and renovations to Karrick Hall, Building No. 17 on DC General Hospital Property at 1900 Massachusetts Avenue, SE in Washington, DC 20002. This building is leased by the Court Services and Offender Supervision Agency, an independent federal agency, from the City of the District of the Columbia. All work shall be preformed in full compliance with applicable EPA, OSHA, DOT, NIOSH regulations as well as other applicable Federal, State and City of the District of Columbia government regulations. The successful contractor shall provide all labor, materials and equipment to perform hazardous material abatement, exterior and interior alterations / renovations, and mechanical, electrical, and plumbing replacement/upgrades. Exterior work includes, but is not limited to: repairing and re-pointing existing brickwork, removing and replacing existing windows, providing new canopies and guardrails on exterior stairs, removing and replacing existing roofing, reconfiguring the building entrance, and providing an outdoor lounge area. Interior work includes, but is not limited to: removal of existing non-structural components; provision and installation of enlarged elevators, new wheelchair lift, new partitions, new doors, frames and hardware; new equipment and accessories; and handicap accessibility upgrades throughout. MEP includes, but is not limited to: all new mechanical system, all new domestic water system, fully sprinklered wet pipe automatic sprinkler system, new fire pump and jockey pump, new electrical system consisting of a 2500-ampere, service entrance rated circuit switchboard, 400 kW diesel-powered emergency generator, exterior photo-electric controlled lighting, fire and smoke detection and alarm system, and new conduit for agency-installed security and IT equipment. The magnitude of construction for this project is between $5,000,000 and $10,000,000. The period of performance for this project will be 270 days from Notice to Proceed. Firms must be registered with the Central Contractor Registration (CCR) in order to receive a government contract award. To register, visit the CCR website at: http://www.ccr.gov/ This is an unrestricted procurement; it is open to large and small businesses. Therefore, all responsible sources (both large and small firms) may submit under this two-step bid process. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The small business size standard is $28.5 Million average annual gross revenue over the last three completed fiscal years. If a Large business firm is selected for award, this firm will be required to submit a subcontracting plan. The subcontracting plan shall identify goals for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Verteran-owned Small Business (VOSB) concerns. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-04-B-0005/listing.html)
 
Place of Performance
Address: Karrick Hall, Building No. 17 1900 Massachusetts Avenue SE Washington DC
Zip Code: 20002
Country: US
 
Record
SN00587441-F 20040519/040517213146 (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.