Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

Y -- Construction of a new Land Port of Entry in Calais, Maine

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-01P-07-BZ-C-0013
 
Description
SOLICITATION NOTICE: This requirement is for the procurement of a qualified construction firm to provide all supervision, labor, materials and equipment necessary for the construction of a new Land Port of Entry in Calais, Maine. This project may include options, which will be evaluated as part of the award. Work includes but is not limited to site preparation, grading and paving; coordination of utility relocation; coordination of storm water management equipment, construction/coordination of multiple inspection booths and canopies; construction of approximately 60,000 GSF of new structures, including office/admin, violator detainment, shooting range, small laboratory, staff parking and warehouse spaces. The project will require coordination with the work of MDOT contractors at both the connection to the new International bridge and Route 1 connector road on opposite ends of the site. This project includes options, which will be evaluated as part of the award. The contract performance period is approximately 18 months. The successful firm must have previous experience with similar size and scope of construction projects with particular emphasis on large cold climate construction projects. GSA has defined similar size and scope to be: Large cold-climate construction projects requiring the coordination of site work and blasting, paving and new construction of approximately $10 million dollars or more. This project is designed using metric units and the magnitude of construction is between $25,000,000 and $50,000,000. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will 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, management plan/technical approach, subcontracting opportunities, and on their price proposals. The acquisition process shall consist of five phases: Phase 1- receipt and evaluation of technical proposals utilizing a draft RFP with the technical evaluation factors. Phase 2 - development of an advisory 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 they will be invited to participate in Phase 3, or that they are unlikely to be a viable competitor. GSA will advise the responding firms considered not to be viable competitors, and the basis of GSA's opinion. GSA will inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 3. Phase 3- receipt and evaluation of price proposals based on 100% construction documents (a competitive range will then be developed by the Contracting Officer). Phase 4 - oral presentations and interviews of firms in the competitive range established in Phase 3. Phase 5 negotiations and receipt and evaluation of final offers. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer during Phase 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are equal to price related factors. The Government has reserved the right to make an award at completion of Phase 4. The technical factors for the evaluation process are, in descending order of importance: 1. Past Performance, 2. Management and technical approach to completing Large construction projects in cold climate environments. 3 Qualifications and Experience of Key Personnel. 4. Subcontracting Plan and small business category goals. The NAICS code applicable to this project is 236220 Size standard is $31.0 million. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of this Solicitation (RFP), minus technical specifications and drawings will be available through the World Wide Web only on or about 04/23/07 @ www.fedbizopps.gov The solicitation, including drawings and specifications, will be issued on www.fedteds.gov via a hyperlink on www.fedbizopps.gov. In order to access the solicitation documents, interested contractors must complete the FedTeds vendor registration at https://www.fedteds.gov. Instructions and information on how to become registered in FedTeds are available on the FedTeds website. Contractors are responsible for printing the solicitation and all related documents. It is the contractor?s responsibility to monitor this site for the release of the solicitation, any amendments and related information. "The General Services Administration strongly encourages participation by small businesses and the related socioeconomic categories of small disadvantaged, women-owned, service disabled veteran-owned and HUBZone businesses. Small businesses that are capable of joint venturing are also strongly encouraged to submit an offer." Additional information on how to obtain 100% Solicitation documents will be issued in the RFP. The RFP will provide date, time and location for the Pre-Proposal Conference. Following the conference, time will be allowed for a networking session for small, small disadvantaged, women owned, hubzone, service disabled veteran owned and large businesses to meet other prospective firms for possible subcontracting opportunities on this project. Further information on this networking session will be listed in the RFP. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, and follow the procedures for notification registration. CONTRACTORS WILL BE REQUIRED TO REGISTER WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) AT: http://www.ccr.gov prior to award.
 
Place of Performance
Address: U.S. Route 1, New International Bridge, Calais, ME
Zip Code: 04619
Country: UNITED STATES
 
Record
SN01268454-W 20070408/070406230016 (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.