Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
SOLICITATION NOTICE

Z -- Design/Build of the Curtainwall Design and Repair

Notice Date
1/12/2005
 
Notice Type
Solicitation Notice
 
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
GS05P05GBC0019
 
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) for the Design/Build (DB) Services for the Curtainwall Design and Repair of the E.M. Dirksen Courthouse and J.C. Kluczynski Federal Building in Chicago, Illinois. The project proposes repairs to the original curtainwall system, replacement of deteriorated glass-to-metal and metal-to-metal building joint seals, repair or replacement of damaged curtainwall components, installation of a proper weep system to drain water from the curtainwall system, painting both buildings in their entirety, modifications to the glass lites to improve blast resistance, and establishment of a consistent overall building appearance in strict compliance with original building design aesthetics. The estimated construction cost for the project falls within the range of $20,000,000 to $25,000,000, with an anticipated project duration of approximately 590 calendar days. A firm, fixed-price contract is contemplated. GSA intends to use ?two-phase design-build selection procedures? in selecting the offeror that is most advantageous to the Government. The two-phase design-build concept is a selection method in which a maximum of five offerors are selected during Phase One to submit detailed proposals for Phase Two. Phase Two of the solicitation(s) shall require submission of technical and price proposals, which shall be evaluated separately, in accordance with Federal Acquisition Regulations Part 15. Phase One Evaluation Factors: 1) Past Performance, 2) Key Personnel Qualifications and 3) Preliminary Project Approach. For this procurement, the government will select the proposal that represents the best value based on the evaluation of technical factors and price. Following technical and price evaluations, interviews, and proposal revisions (if required), the Source Selection Evaluation Board will make the price/technical trade-off decisions to determine which offer is most advantageous to the government. Submittal Requirement: One (1) original and five (5) copies of the submittals should be prepared on standard 8 by 11 letter size papers, bound along the longer side, sealed in an envelope. Small Business: In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. In accordance with Public Law 95-507, the offeror will be required to provide the maximum practicable opportunities for small, disadvantaged, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be approved and accepted prior to contract award. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned business concerns. The North American Industry Classification System NAICS) Code is 236220 for this project. Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. Interested Parties/How to Offer: Potential 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. Letters of interest and support documentation should be mailed to Lisa Gonzalez, Contracting Officer; GSA, Office of Property Development (5PE3); 230 South Dearborn Street, Room 3512; Chicago, Illinois 60604 or faxed to (312) 353-9186. Once GSA has received the required documentation, each contractor will be faxed a Document Security Form (2 Pages) in which they must sign and fax back. After verification of the preceding information, the requester will be designated as an authorized user and a Compact Disc (CD) of the Request for Proposal (RFP) will be released to the requester. The anticipated release date of the RFP is on or about 09 February 2005. The RFP will provide additional information regarding the proposal submission format. NOTICE: A pre-proposal conference will be scheduled at a later date. The location will be at the J.C. Kluczynski Federal Building. Any further announcements regarding this solicitation will be posted in FedBizzOpps at www.eps.gov.
 
Place of Performance
Address: 230 South Dearborn Street, Chicago, Illinois
Zip Code: 60604
Country: UNITED STATES
 
Record
SN00734085-W 20050114/050112212515 (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.