Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

Z -- Interior & Exterior Renovations

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), East Service Center (6PET), East Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P06GYC0001
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposals Notice for a Firm Fixed Price Contract for Interior & Exterior Renovations at the Federal Building and U.S. Courthouse in Cedar Rapids, Iowa. JOB PCN: RIA26550. This procurement is a total small business set-aside under the Small Business Competitiveness Demonstration Program. Only offers submitted by firms, that meet the Small Business Size Standards set forth by the Small Business Administration, will be considered. The North American Industry Classification System (NAICS) Code for this project is: 236220 with the size standard of $28.5 million. Issue Request for Proposals: on or about 11/21/2005. Receive Proposals: on or about 12/22/05. Estimated Cost Range: $250,000 - $500,000. Time for completion: 210 calendar days from the Notice to Proceed. The Contractor shall provide all labor, material, and disposal required to renovate the building?s interior and exterior as shown and as specified. This work includes but is not limited to, demolition, excavation and earthwork, concrete paving, cast in place reinforced concrete, masonry restoration and cleaning, stone cladding, railings, flashing and trim, sealants and painting. Base Bid is for: (a) Cleaning and tuckpointing of exterior limestone on three (3) sides of the building. These sides affront 1st Avenue in the general direction of north; 1st Street SE in the general direction of east; and 2nd Avenue in the general direction of south. (b) Cleaning, tuckpointing and repair of the exterior limestone on both sides of the roof parapet around the entire perimeter of the building. Unit Price No. One (1): Section 04902, Stone Restoration and Cleaning (a) Description: Limestone mortar joint replacement. (b) Multiplier: 5,400 Lineal Feet. Unit Price No. Two (2): Section 04902, Stone Restoration and Cleaning (a) Description: Limestone mortar/caulk joint installation or replacement. (b) Multiplier: 943 Lineal Feet. Unit Price No. Three (3): Section 04902, Stone Restoration and Cleaning (a) Description: Inside brick surface of parapet wall cutting and repointing. (b) Multiplier: 4,718 Lineal Feet. Unit Price No. Four (4): Section 04902, Stone Restoration and Cleaning (a) Description: Architectural Limestone Patch and Repair at limestone belt course drip. (b) Multiplier: 98 Lineal Feet. Option No. One (1): Cleaning, tuckpointing and repair of the exterior limestone on the one (1) side of the building facing the Cedar River in the general direction of west. This side of the building is a five-part composition consisting of a central pavilion, two (2) end pavilions and connecting two (2) inset wings. Unit Price No. One (1): Section 04902, Stone Restoration and Cleaning (a) Description: Limestone mortar joint replacement. (b) Multiplier: 4,792 Lineal Feet. Unit Price No. Two (2): Section 04902, Stone Restoration and Cleaning (a) Description: Limestone mortar/caulk joint installation or replacement. (b) Multiplier: 836 Lineal Feet. Unit Price No. Three (3): Section 04902, Stone Restoration and Cleaning (a) Description: Architectural Limestone Patch and Repair at limestone belt course drip. (b) Multiplier: 69 Lineal Feet. Option No. Two (2): (a) strip and replace window and door frame perimeter caulking. Wash all exterior glazed surfaces. (b) Prepare and paint all exterior painted iron trim, window and door framing, spandrels, spandrel louvers and all vertical and horizontal castings. Prep and paint iron spandrels and spandrel louvers and windows. (c) Clean and prep all exterior light fixtures. Repaint and re-lamp as required for complete finish and operation. Option No. Three (3): Demolish existing ramp and provide new ramp at south side of building, including walks, rails and landscaping. This is a competitive negotiated acquisition. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures. The Government intends to use the best value concept in making the selections. The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation; which in the Government's estimation, provides the greatest overall benefit in response to the requirement. The RFP will be issued on or about 11/21/05. Proposals shall be received in this office on 12/22/05. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected and may discuss proposals with the offerors. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, in order of importance are: (1) Experience and Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management and Technical Approach. The Technical factor is more important than the price factor. As proposals become more equal in the technical merits, price becomes more important. The RFP will be available from the General Services Administration through the GPE on FedBizOps. All responsible sources may submit a proposal, which will be considered by the agency. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from you company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor?s responsibility to monitor FedBizOps for any changes and/or conditions. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status.
 
Place of Performance
Address: Federal Building & U.S. Courthouse, 101 1st Street, S.E., Cedar Rapids, IA
Zip Code: 52401
Country: United States
 
Record
SN00926739-W 20051106/051104212331 (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.