Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

Z -- Z- Repair & Alterations to Robert NC Nix Sr. FOB&USCH

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building 20 N 8th Street, 8th Floor, Philadelphia, PA, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-05-AZC-1000
 
Response Due
12/2/2004
 
Archive Date
12/17/2004
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis for USDC Upgrades Robert N.C. Nix, Sr. Federal Courthouse Upgrades for the U.S. District Courts Judges? Chambers and Courtrooms. Solicitation No. GS-03P-05-AZC-1000 Synopsis for the United States District Court Upgrades at the Robert N.C. Nix, Sr. Federal Courthouse, 900 Market Street, Philadelphia, PA 19107, THIS PROCUREMENT IS 100% SMALL BUSINESS SET- ASIDE is as follows: Courtrooms 5, 6 and 7 shall be upgraded to include new acoustical tile ceilings and grid, new raised flooring and carpeting within the courtroom wells and a new jury box within Courtroom 7. The three judges? chambers shall include new flooring, wall covering, lighting, new ceilings, kitchenettes, casework, new electrical, telephone and data installations. The Jury Deliberation area located on the fifth floor shall include new courtroom deputy offices, new flooring, a men?s and women?s restroom and new walls. The U.S. Marshal?s build-out is located on the fifth floor. The construction consists of new walls and floors and modifications to the existing electrical, HVAC, and sprinkler system. In addition, a small shower room and kitchenette shall be provided. This procurement will be evaluated using a source selection process with the following factors being rated in the order of importance. The bidder with his proposal must submit evidence demonstrating that the proposed evaluation factors meet the applicable responsibility criteria. FAILURE TO SUBMIT THE REQUIRED EVIDENCE AND/OR RELATED INFORMATION AS REQUESTED BY GSA WILL RESULT IN A FINDING OF NON-RESPONSIBILITY as defined by FAR Part 9. A. PAST PERFORMANCE 1. The Offeror must submit three (3) construction projects performed within the last 5 years. At least one of the three projects must be completed and the other two can be ongoing. All of the below requirements can be included in one project. However, a total of three (3) projects must still be submitted. a. At least one of the projects shall have been construction within one or more courtrooms with a construction budget of $500,000 or more. b. At least one of the projects must demonstrate the contractor?s ability to work in a fully occupied office building with a construction cost of $500,000 or more. The Government reserves the right to consider past performance on other projects through the CPS (Contractor?s Performance System) as well as interviewing other Government Officials. 2. The Offeror must submit two (2) Millwork projects performed by his selected Millwork Fabricator Subcontractor The Custom millwork fabricator must have not less than 10 years documented successful experience with work comparable to work of this project. The millwork fabricator subcontractor must show that woodworking was installed by him/her. Millwork Subcontractor must be licensed by AWI Certification Program and comply with the full terms and conditions of the AWI Certification Program. B. KEY PERSONNEL QUALIFICATIONS 1. The Offeror must provide a Project Manager with a minimum of five (5) years experience in the administration of construction projects. The offeror must submit the following information for the Project Manager a. Name b. Current position with bidder c. Work experience during the past five (5) years (include job title, responsibilities, name and telephone number of immediate supervisor) d. Demonstration of experience as a project manager on projects of similar size and scope. e. Education, degrees, certifications, licenses 2. The Offeror must provide a Full-time On-site mechanical/electrical Superintendent with a minimum of five (5) years experience in the coordination of construction work. The offeror must submit the following information for the On-Site Superintendent a. Name b. Current position with offeror c. Work experience during the past five (5) years (include job title, responsibilities, name and telephone number of immediate supervisor) f. Demonstration of experience as an on-site superintendent on projects of similar size and scope. g. Demonstration of knowledge of the International Plumbing Code, International Mechanical Code and the American with Disabilities Act (ADA). h. Education, degrees, certifications, licenses C. TECHNICAL APPROACH 1. The Offeror must show how he will phase all work involved with this project. The work includes renovations to courtrooms, judges? chambers, jury deliberation, marshal?s renovations. 2. The Offeror must show how he will coordinate all electrical, telephone, data work, security system and audio/visual installation. (The installation of the wire and the actual devices for the security and the audio/visual systems shall be performed by others.) The Government will award based on technical factors and price to the firm offering the ?best value? to the Government for the services outlined within the solicitation. A comparative assessment of proposals against all source selection criteria in the solicitation will be completed. Award can be made without discussions. The approach to the selection of a contractor for this procurement will be pursuant to the greatest value concept. The objective is to select the proposal that offers the greatest value for the funds expended and not necessarily the lowest price. Total duration for the above work is 120 calendar days after notice to proceed is issued. The estimated contract completion date is July 15, 2005. The SIC Code for this project is Z111. The NAICS Code is 236220. The estimated cost of construction is between $1,000,000.00 and $5,000,000.00. The solicitation GS-03P-05-AZC-1000 will be issued on or about December 8, 2004. A pre-proposal conference is tentatively set up for December 16, 2004 at 10:00 followed by a walk-thru. The location is the Robert N. C. Nix FB&CH, 9th & Market Streets, 2nd floor, Courtroom 6, Philadelphia, PA 19107. Although this pre-proposal conference and walk-thru is not mandatory in order to bid, it is strongly recommended that you attend in order to fully realize the magnitude of this project. Interested parties should fax a request to (215) 209-0401, Attn: Sharyn Beasley. A written request will also be accepted at GSA, Philatlantic Service Center, The Strawbridges Building, 20 N. 8th Street, Philadelphia, PA 19107, Attn (3PP, Nancy A. Morris). The Contract Specialist is Nancy A. Morris at (215) 446-4692. The Contracting Officer is Robert Waring. NO TELEPHONE REQUESTS WILL BE ACCEPTED. In order to receive the solicitation package and drawings the attached Security Document must be filled out and faxed to Sharyn Beasley at the number above prior to a solicitation being mailed out. All of the information required in the document (Business License, TAX Identification Number, and DUNS Number) must be verified prior to the mailing of solicitation. No exceptions.
 
Place of Performance
Address: Robert N.C. Nix FOB & USCH 9th & Market Sts., Philadelphia, PA
Zip Code: 19107
 
Record
SN00709695-W 20041119/041117212325 (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.