Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

Z -- Construction Services for Upgrade Firm Alarm and Sprinkler System, Harry S. Truman Presidential Library & Museum, Independence, Missouri

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA04SEM0030
 
Response Due
8/9/2004
 
Point of Contact
Ronald Noll, Contracting Officer, Phone 301-837-3648, Fax 301-837-3657, - Ronald Noll, Contracting Officer, Phone 301-837-3648, Fax 301-837-3657,
 
E-Mail Address
ronald.noll@nara.gov, ronald.noll@nara.gov
 
Description
The National Archives and Records Administration (NARA) announces intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for Upgrade Fire Alarm & Sprinkler System, Harry S. Truman Presidential Library & Museum, Independence, Missouri 64050. This procurement utilizes a ?best value? source selection process to enable NARA to select from among high quality contractors for this procurement. Past performance is considered with factors such as price in determining which contractor to select for the project. The Contract is to provide for extending the existing building automatic sprinkler systems to approximately 19,000 square feet of non-sprinklered building areas, modifications to the existing building fire alarm system and sprinkler system, and demolition and replacement of an approximate 830 square foot lobby ceiling. Demolition of lobby ceiling requires asbestos abatement. This project includes but is not limited to: (1) Demolition; (2) Architectural; (3) Mechanical; (4)Electrical; and (5) Fire Protection. The construction will be phased as the existing library and entire site will be occupied and must remain fully operational during the work. The Library?s presidential museum and archive research room will remain open to the public during construction. Contractor must plan and schedule work to maintain full services to all occupied areas. Estimated construction cost range is $150,000 to $200,000 dollars. Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet NARA requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be firm fixed price. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets all three (3) of the following characteristic: (a) construction included sprinkler and fire alarm systems for the user areas; (b) the building size was not less that 10,000 gross square feet or the construction cost at award was not less than $100,000 dollars; c) Demolition and construction was performed in an occupied building. The offeror must also demonstrate the experience of its key subcontractors; Sprinkler System, and Fire Alarm System, and responsible for the substantially complete construction of at least two (2) similar projects within the last five (5) years. PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a General Construction (GC) responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 270 days. SUBCONTACTING PLAN (5%) This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAISC number is 238990, formerly the Standard Industrial Code (SIC) is 1711 and the Small Business Size standard is $12.0 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 07/09/2004 and will be Due on or about 08/09/2004. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M, and the RFP Volume II, Technical Specifications and Drawings will be issued by CD (pdf files) and ONLY by request to the Contracting Officer from NARA, Space and Security Division (NAS), 8601 Adelphi Road, College Park, MD 20740. Ronald C. Noll, Contracting Officer is at Fax 301-837-3657. Preference will be given to firms specific to the NAISC (SIC) and geographical location. This is the pre-solicitation notice, not the RFP.
 
Place of Performance
Address: 500 West US Highway 24, Independence, Missouri
Zip Code: 64050
Country: USA
 
Record
SN00603943-W 20040617/040615212418 (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.