Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
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
 
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
Columbus, OH, John W. Bricker Federal Building, 200 N. High Street, Renovation and Parking Garage Repair This Modification covers the above referenced solicitation and hereby covers the following: 1. The date for receipt of proposals in response to this Request for Proposal (RFP) is June 15, 2004, at 4:00p.m., Chicago time. 2. Proposals shall be submitted in two seperate packages marked clearly as Technical and Price (four copies of each). 3. The date for release of the Request for Proposals (RFP) package (specification and drawings) is May 12, 2004. 4. The pre-proposal conference will be announced in Fed Biz Opps at a later date. Any further announcements regarding this solicitation will be posted in Fed Biz Opps at www.eps.gov. us 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-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/GSA/PBS/5PCI/GS05P04GBC0019/listing.html)
 
Place of Performance
Address: 200 North High Street Columbus, OH
Zip Code: 43215-0000
Country: U.S.
 
Record
SN00650102-F 20040825/040823214122 (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.