Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
MODIFICATION

Z -- Mary Switzer Modernization Project

Notice Date
4/19/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P05MKC0036
 
Response Due
5/22/2005
 
Archive Date
5/24/2005
 
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 260-7650, - Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 260-7650,
 
E-Mail Address
christine.kelly@gsa.gov, christine.kelly@gsa.gov
 
Description
CONSTRUCTION CONTRACT FOR THE BUILDING MODERNIZATION PROJECT at the Mary E. Swtizer Building of the GS-11P-05-MKC-0036 synopsis posted March 31, 2005 is amended to revise the issuance of the RFP date and announce the Preproposal Meeting and Subcontracting Networking Session as follows: The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Building and the intent to issue a Request for Proposal (RFP) for General Construction (GC) Services for the Mary E. Switzer Building Modernization, 330 C Street, SW, Washington, DC. The contract will be a firm-fixed price subject to availability of funds. The Mary E. Switzer Building is eligible for the National Register of Historic Places. The public corridors, elevator lobbies and entrances, limited office suites, facade, and other selective areas are historic. The existing facility contains 591,000 gross square feet with 128 outside parking spaces. The building will be partially occupied during construction therefore the modernization will occur in two construction phases. The scope of the modernization will include the complete removal of the existing interior construction including all finishes, existing mechanical and electrical distribution, existing toilet rooms, stairs, elevators, etc. except for portions of the facility that have been identified as historic in nature. The renovation and construction will also include the conversion of a high bay mechanical penthouse into office space. Two new penthouses will then be constructed. The modernized building's goal is to meet U.S. Green Building Council's LEED Silver certification. The project will also involve "Partnering" and be eligible for GSA Construction Excellence recognition. The GC shall 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 GSA requirements. The project has been designed in metric units. Construction is to be performed in accordance with the design specifications, drawings and provisions of the contract. The solicitation process will utilize source selection procedures in accordance with FAR 15.3. The selection procedure will employ tradeoffs and technical/management factors are significantly more important than price and price related factors. The five technical factors and their weight are described hereinafter. FACTOR 1: Experience (30%) Offerors must demonstrate successful experience as a General Contractor responsible for the construction of two (2) similar projects substantially completed within the past eight (8) years as defined in the RFP. One project must meet all of the following characteristics:(1) The project involved a modernization and/or renovations to an existing building that included work on architectural, structural, electrical, mechanical, plumbing, and fire protection systems. (2)The total project construction cost at award of the construction contract(s) was not less than $25 million. (3)The project involved work on a historic site and/or building. The second project must meet all of the following characteristics:(1) The project involved a modernization and/or renovations to an existing building that included work on architectural, structural, electrical, mechanical, plumbing, and fire protection systems. (2)The total project construction cost at award of the construction contract(s) was not less than $35 million. (3)Project involved phase construction in a partially occupied building. FACTOR 2: Past Performance of Offeror and Key Trade Areas (30%). FACTOR 3: Management Approach (20%). FACTOR 4: Apprenticeship Program (10%) As described in detail in section L of the RFP, the Government will evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor's use of a registered apprenticeship program. FACTOR 5: Subcontracting Plan (10%). This solicitation is open to both small and large business firms under the Small Business Demonstration Test Program. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average annual receipts of $28.5 million. Large business firms will be required to submit an acceptable Small Business Subcontracting Plan. YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOAD OF THE RFP AT THIS SITE AND REGISTER ON THE INTERESTED VENDOR LIST (IVL). The RFP will be available for issuance approximately 4/22/05 and proposals will be due 5/22/05. There will be a Preproposal Conference at 9:00 am on May 10, 2005 at the Andrew W. Mellon Auditorium located at 1301 Constitution Avenue, NW, Washington, DC. As part of the Preprosal meeting GSA, NCR is hosting a Small Business Subcontracting Networking Session for Small Businesses. If you are a large business and are interested in having a table at this event, please contact Arnetta Cook at (202) 708-5804 or via e-mail at bscncr@gsa.gov by May 2, 2005. In accordance with GSA policy, the RFP will be issued electronically via FEDBIZOPPS (www.fedbizopps.gov). The RFP will contain instructions for obtaining drawings and specifications in the file titled instructions.doc. For questions regarding this solicitation, please contact Michelle Coleman, Contract Negotiator, Phone (202) 401-1827, FAX (202) 260-7650, e-mail michelle.coleman@gsa.gov.
 
Place of Performance
Address: 330 C Street, SW, Washington, DC
 
Record
SN00791408-W 20050421/050419212655 (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.