Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

Z -- Partial Roof Replacement and Repairs at the Pittsburgh Post Office and Courthouse

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-06-CD-C-0004
 
Response Due
12/7/2005
 
Point of Contact
Michelle Garofalo, Realty Services Technician, Phone (215) 446-4594, Fax (215) 209-0414, - khadijah Robinson, Contract Specialist, Phone 215-446-4548, Fax 215-446-6112,
 
E-Mail Address
michelle.garofalo@gsa.gov, khadijah.robinson@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for the procurement of construction services to provide all supervision, labor, materials and equipment necessary for the partial replacement (approximately 14,000 SF of roof being replaced) of the existing roof at the United States Courthouse, Pittsburgh, PA. The specified roofing is a 2-ply modified bitumen roof. This building is located in downtown Pittsburgh at the intersection of Grant Street and Seventh Avenue The building will be occupied throughout the entire renovation. The contractor's personnel shall be required to obtain security clearances prior to working on this project. The estimated cost of this project is between $500,000.00 and $1,000,000.00. The duration of the contract is 150 calendar days, and is expected to begin the spring of 2006. Award will be a firm fixed price contract, and the procurement method shall be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures, as identified in FAR PART 15.3, shall be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit, and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, qualified/experienced personnel, and on their price proposals. This acquisition shall consist of two phases: Phase 1 - Receipt and Evaluation of technical proposals utilizing the technical evaluation criteria identified below. Develop of a short list based on technical qualifications/proposals of the most technically qualified firms. In this stage, GSA will advise each respondent that participates in Phase 1, in writing, as to whether or not it will be invited to participate in phase 2. Phase 2 -consist of a review of price proposals. Upon completion of technical and price proposals, the Government will establish a competitive range, and conduct negotiations with offerors that are within the competitive range. Offerors that are not within the competitive range will be notified immediately. The firm that offers the greatest value to the Government based on a combination of technical evaluation and price factors will receive the award. Failure of firms to submit a technical or price offer during Phase 1 will preclude them from further participation in this acquisition. For this procurement, technical evaluation factors and price are considered to be of equal value. The Government reserves the right to make an award upon completion of technical and price evaluations. The technical evaluation factors for the evaluation process are in decending order of importance: Factor 1 - Past Performance on Similar Projects. The Prime Firm shall demonstrate its successful completion of 5 roofing projects, in the past 5 years of similar type, size, contract value, and complexity to this project. Similar complexity shall include such factors as work in an urban setting where access is restricted; work in/on an occupied building; and work involving difficult materials handing and management. Each offeror shall successfully demonstrate that they have installed one or more of the roofing systems listed in the specifications under Products - Acceptable Manufacturers. Each offeror shall provide 1 reference for each of the above projects. The reference shall be a representative from the end user that has knowledge of the contractor's performance on the project. Factor 2: Qualifications of Key Personnel. The Project Manager shall demonstrate his/her successful completion of 5 roofing projects, in the past 5 years of similar size, contract value, and complexity to this project. Similar complexity shall include such factors as work in an urban setting where access is restricted; work in/on an occupied building; and work involving difficult materials handing and management. The project manager shall demonstrate experience with scheduling and management. The Project Manager shall provide 1 reference for each of the above 5 projects. The reference shall be a representative from the end user that has knowledge of his performance on the project. The 5 projects listed for the Project Manager may be the same or different than those listed in Factor 1 for the Prime Firm. The Project Superintendent shall demonstrate his/her successful completion of 5 roofing projects, in the past 5 years of similar type, size, contract value, and complexity to this project. Similar complexity shall include such factors as work in an urban setting where access is restricted; work in/on an occupied building; and work involving difficult materials handing and management. The Project Superintendent shall demonstrate experience with scheduling and management. The Project Superintendent shall provide 1 reference for each of the above 5 projects. The reference shall be a representative from the end user that has knowledge of his performance on the project. The 5 projects listed for the Project Superintendent may be the same or different than those listed in Factor 1. The NAICS code applicable to this project is 238160 with a size standard of $12,000,000.00. This procurement is being totally set aside for small business concerns in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of the Solicitation (RFP) and the Document Security Notice to Prospective Bidders/Offerors will be available through the World Wide Web on or about December, 2005 (www.fedbizopps.gov). Contractors interested in obtaining a copy of the proposal package including the plans and specifications must provide the Document Security Notice along with the following information: Solicitation Number and Title of Project, Complete Address, Point of Contact, Area code and phone number, Area code and fax number, E-mail address, copy of the company's valid business license, Duns number, valid driver's license, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged business and if the firm is a women owned business or veteran owned business. Please fax an executed copy of the Document Security Notice with your letter of interest and followup with originals to the below address: Michelle Garofalo, General Services Administration, Allegheny Service Center (3PK), The Strawbridge Building, 20 N. 8th Street, Philadelphia, PA 19107, fax (215) 209-0414, you must reference Solicitation Number GS-03P-06-CD-C-0004 for identification purposes. Telephone requests will not be honored. Notification of any changes to this solicitation amendments) will be posted on www.fedbizops.gov. The Pre-Proposal Conference will be scheduled in January, 2006 at the U.S. Courthouse, 7th Avenue and Grant Streets, Pittsburgh, PA. Offerors are strongly encouraged to attend. Additional information will be forthcoming on the specific time, date, and room number. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. See the Document Security Form Below Partial Roof Replacemet at the Pittsburgh Federal Courthouse Pittsburgh, Pennsylvania. Solicitation GS-03P-06-CD-C-0004 DOCUMENT SECURITY NOTICE TO PROSPECTIVE BIDDERS/OFFERORS This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. NOTE: It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records or recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary. (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. A general contractor's license may be substituted for the business license in states that issue such licenses. In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and (b) Verification of a valid DUNS Number against the company name listed on the business license or certifications. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid IRS Tax ID Number of the company requesting the information; and, as necessary, (d) A Valid picture state driver's license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) though (c), above. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term o f the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/'or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning, or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized users under the conditions set forth above. Signature:____________________________________________ Title:________________________________________________ Date:________________________________________________ Copy of business license attached DUNS Number:________________________________________ Verified: Yes No. IRS Tax ID Number_____________________________________ NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JAN-2006, 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.fbo.gov/spg/GSA/PBS/3PK/GS-03P-06-CD-C-0004/listing.html)
 
Place of Performance
Address: The Post Office and Courthouse Federal Building 7th & Grant Streets Pittsburgh, Pennsylvania
Zip Code: 15219
Country: United States
 
Record
SN00962104-F 20060107/060105213614 (fbodaily.com)
 
Source
FedBizOpps 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.