Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

Z -- Construction Services (DB) for the Audio visual/Lighting Upgrade at the Gerald R. Ford Library, Ann Arbor, MI 48109

Notice Date
5/2/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA08SEM0003
 
Point of Contact
Ronald C Noll,, Phone: 301-837-3648
 
E-Mail Address
ronald.noll@nara.gov
 
Small Business Set-Aside
N/A
 
Description
The National Archives and Records Administration (NARA) announce intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services (DB) for the Audio visual/Lighting Upgrade at the Gerald R. Ford Library, Ann Arbor, MI 48109. This procurement utilizes a “best value” source selection process to enable NARA to select from among high quality contractors for this procurement. Experience, Past Performance, Key Personnel, Management Plan & Schedule are factors considered with price in determining which contractor is selected for the project. The Contract is for an Upgrade (Design-Build) to the Audio Visual and Lighting Systems in the existing Library building auditorium. This project includes but not limited to (1) Demolition; (2) Audio Visual System; (3) Lighting System, as indicated in the Scope of Work. The intent is to AWARD a Construction (DB) Contract. The construction is in an existing Library and the entire building will be occupied and must remain fully operational during the work. Contractor must plan and schedule work to maintain full services to all occupied areas. Estimated construction cost range is $50,000 to $75,000 dollars. Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet NARA requirements. The Contractor will perform the construction in accordance with the Scope of Work and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be firm fixed price. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets the two (2) of the following characteristic: (a) construction was new or renovation that included demolition and audio visual / lighting systems; (b) the project was not less that 500 gross square feet OR the construction cost at award was not less than $25,000 dollars; PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a Contractor responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals and their experience proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 180 days (6 months). SUBCONTACTING PLAN (5%) (Large businesses only need submission; small businesses will receive full score). This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAICS number is 236220 and the Small Business Size standard is $31.0 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 05/16/2008 and will be Due on or about 06/30/2008. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M. ALL RFP Electronic files will be uploaded to this website. Preference will be given to firms specific to the NAICS and geographical location. This is the pre-solicitation notice, not the RFP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b44fcece6332d8472b89a9f39b76a1bf&tab=core&_cview=1)
 
Place of Performance
Address: Gerald R. Ford Library, 1000 Beal Avenue, Ann Arbor, Michigan, 48109, United States
Zip Code: 48109
 
Record
SN01566104-W 20080504/080502220642-b44fcece6332d8472b89a9f39b76a1bf (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.