Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

Z -- Renovate and Replace Windows, Replace Doors, and Repair Greenhouse in Historic Federal Office Building, Missoula, MT

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center (8PMP), P.O. Box 25546, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-06-JC-C-3012
 
Response Due
2/24/2006
 
Description
This requirement is for the procurement of construction services to provide all supervision, labor, materials, and equipment necessary for the renovation or replacement of windows, replacement of doors, and repair of the greenhouse in the Historic Federal Office Building in Missoula, MT. ************************************************************************************************************************************The Federal Office Building ("FOB"), 200 E. Broadway, Missoula, MT, has three floors and a basement. The scope of work for the base work includes the refurbishment of the window/sashes and removal of lead paint per drawings and specifications, for each of the elevations. Alternative line item one will be to replace the work set forth for the base work, refurbish windows/sashes, and remove lead paint per drawings and specifications on the first floor; replace sash and refurbish frame, and remove lead paint per drawings and specifications on the basement, second and third floors, for each of the elevations. Option 1 includes the replacement of exterior entry doors per drawings and specification, for each of the elevations. Option 2 includes the repair of the third floor Greenhouse per drawings and specifications including removal of loose lead paint, repainting, wood repair, resealing of all glass units and installation. The North American Industry Classification System (NAICS) code is 236220 with size standard of $31 million. The estimated range for the base contract is between $750,000 and $1,750,000. The completion time is 240 calendar days from the Notice to Proceed (NTP) date. The Request for Proposal will be issued on or about January 23, 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 used 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, minimum experience/qualifications of the prime contractor/subcontractor, and on their 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. For this procurement, technical evaluation factors are considered to be of equal value to cost or price. 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 descending order of importance: Factor 1 - Past Performance on Similar Projects. The prime contractor and/or subcontractor shall demonstrate its successful completion of 3 abatement projects. Further, the prime contractor and/or subcontractor shall demonstrate its successful completion of 1-2 historic renovation projects within the last 5 years. Factor 2 - Minimum Experience/Qualifications of the Prime Contractor/Subcontractor. The prime contractor shall demonstrate a minimum experience of 5 years in the construction business. Further, the prime contractor and/or subcontractor shall demonstrate its abatement work over the past 1-5 years. Finally, the prime contractor and/or subcontractor shall demonstrate its historic renovations work over the past 1-5 years. ************************************************************************************************************************************ Specification and detailed requirements will be furnished with the solicitation to all interested parties by mail. All requests shall be submitted on the company's official letterhead and submitted to: General Services Administration, ATTN: Cynthia Chick, One Denver Federal Center, P.O. Box 25546 (8PMP), Denver, Colorado 80225-0546 or requested via email at cynthia.chick@gsa.gov. ************************************************************************************************************************************ The subject solicitation includes Sensitive But Unclassified (SBU) information. For reasons of security and before release of SBU information, the requester must complete the Document Security Notice to Prospective Bidder/Offerors form. In addition, the following information must be submitted and/or provided by the requester via the spaces provided in the Notice: 1) Copy of business license, 2) Company's Dun & Bradstreet number, 3) Valid Tax Identification Number, 4) A valid picture state driver's license (for persons picking up SBU documents). The notice shall be submitted to the Contracting Officer cited herein. No e-mail copies of the notice will be accepted; however, facsimiles will be accepted. After verification of the preceding information, the requester will be designated as an authorized user and a copy of the solicitation will be released to the requester. Please read the notice carefully as it contains additional requirements and information regarding SBU building information. The pre-proposal conference is tentatively scheduled for Februry 8, 2006 at the Federal Office Building, 200 E. Broadway, Missoula, MT.
 
Place of Performance
Address: FEDERAL OFFICE BUILDING, 200 E. BROADWAY, MISSOULA, MT
Zip Code: 59802
Country: United States
 
Record
SN00962627-W 20060108/060106212539 (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.