Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
MODIFICATION

Z -- Construction Services for the Renovation of the 29th Floor of the A.J. Celebrezze Federal Building

Notice Date
1/13/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P06GBC3002
 
Response Due
3/2/2006
 
Archive Date
3/17/2006
 
Description
***************************************************************************************************************** PLEASE NOTE THAT THE RELEASE OF THE REQUEST FOR PROPOSAL HAS BEEN DELAYED UNTIL FURTHER NOTICE. AN ANNOUNCMENT WILL BE POSTED IN THE NEAR FUTURE WITH THE RFP RELEASE DATE AND PROPOSAL DUE DATE. PLEASE CONTINUE TO CHECK BACK OFTEN AS WE INTEND TO RELEASE THE RFP SOMETIME SOON. ***************************************************************************************************************** Construction Services - The General Services Administration (GSA) Great Lakes Region announces an opportunity for construction services for the complete demolition and build-out of office space on the 29th floor of the A.J. Celebrezze Federal Building located on 1240 E. Ninth St. in Cleveland, Ohio. The work on the 29th floor includes build out of a new elevator lobby and public corridor, upgrades to the fire life safety systems and installation of a new HVAC system. Also included in this project is the renovation of public restrooms on approximately ten floors throughout the building. The estimated cost of this project falls within the range of $1.0 million to $5.0 million, with an anticipated project duration of approximately fourteen (14) months. The construction portion of the project is estimated to begin April 2006. A qualified contractor will be selected using a Two-step, No-go ?Low Price Technically Acceptable? (LPTA) source selection procedure, in accordance with Part 15 of the FAR. Moreover, this will be a lump sum, fixed-price contract not set aside for small businesses. During step one of the Two-step LPTA, offers will be evaluated against the Go/No-go qualification factors. Proposals found to be acceptable will then move on to step two of the evaluation process, during which price proposals will be opened and evaluated. It is the Government?s intention to award the project to the lowest-priced bidder. The bidder must also meet the Government?s standards of responsiveness and responsibility. However, the Government reserves the right to conduct negotiations if it is in its best interest to do so. All elements of work to be executed must be within the congressionally mandated cost limitations. The contractor will be required to correct all deficiencies identified by the Government (or in its own quality control review) relating to the completeness or accuracy of the work, compliance with the contract, and compliance with any applicable laws or regulations. The services procured under this contract will conform to the quality requirements in the specification. Any Government furnished information relating to this acquisition will be distributed to parties after an award. After an award, quality control will also include inspection, acceptance, warranty and other measures associated with quality requirements. The contractor is not required to provide data or service for any of the systems that will be installed during this project. Only typical inspection, training, acceptance, warranty and other requirements normally associated with our standard construction contracts will apply. Small Business Participation: This is a procurement open to both large and small business concerns. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $28.5 million. Although this procurement is not set aside for small businesses, small firms including women-owned, minority-owned, HUBZone, veteran-owned, and service disabled veteran-owned business are strongly encouraged to participate in this project. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunities to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. However, all firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local business participation. Contractors will submit a written narrative (limited to one typed written page) along with their offers that outlines their outreach efforts made to utilize local firms. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern, firms must be certified by the SBA. Please refer to the SBA website at www.sba.gov for details. Joint Ventures: Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality CMc team effort. Proposal Submission Requirements: The solicitation package will only be available electronically. It will be available on or about January 13, 2006. The solicitation will not be available on the Fedbizopps website. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Potential Offerors must register on the FedTeDS website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov. The offer due date and time for receipt of proposals will be March 2, 2006 at 2:00 P.M. (Central Time). Any questions regarding this notification should be directed to Anthony Nowakowski at (312) 353-7630.
 
Place of Performance
Address: A.J. Celebrezze Federal Building, 1240 E. Ninth St., Cleveland, OH,
Zip Code: 44199
Country: USA
 
Record
SN00966733-W 20060115/060113212736 (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.