Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

Z -- Interior Renovations at FOB H Street

Notice Date
6/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P08MKC0041
 
Response Due
6/23/2008
 
Archive Date
7/8/2008
 
Point of Contact
Mary Pineda,, Phone: 202-205-8468, Kenneth F. Leon,, Phone: 202-406-5113
 
E-Mail Address
mary.pineda@gsa.gov, kenneth.leon@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for a negotiated Construction Services contract for a command center fit-out of approximately 880 gross square meters (9,475 Square feet) in Washington DC. The scope of the project includes a new UPS system, standard electrical work, mechanical, and class A architectural finishes. The contractor shall provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and shall plan, schedule, coordinate and assure effective performance of all construction to comply with GSA and client agency requirements. Contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. The estimated construction cost is in the $5 - $8 million dollar range. One firm fixed price contract will be awarded. The Construction Performance Period shall not exceed 266 calendar days after Notice to Proceed. Note: All personnel for this contract shall be U.S. Citizens (See RFP for details). This procurement will be set aside for Small Businesses under NAICS Code is 236220 “Commercial and Institutional Building Construction” with a Small Business Size Standard of $31 Million. The selection process will utilize source selection procedures in accordance with FAR 15.3. The selection process will use tradeoffs and technical/management factors are more important than price and price related factors. The Factors are Experience (30%), Past Performance (20%), Key Personnel (25%), Management Plan (15%) and Apprenticeship Plan (10%). Offerors must demonstrate past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least three (3) high end secure spaces with at least one (1) of them being a command or operations center within the last five (5) years, comparable in nature, type and complexity to the project in this solicitation. The Offerors must provide documentation and confirmation of past performance of the offeror focusing on aspects of costs, timeliness, and technical success; and documentation and confirmation of qualifications of key personnel proposed by the offeror to execute the contract requirements for the positions proposed. The offeror also must provide a management plan and schedule that demonstrates the ability to execute the work contained in the drawings and specifications. The Government will also evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor’s use of a registered apprenticeship program. (As used herein, the term “registered apprenticeship program” is a program that is registered with the United States Department of Labor or State Apprenticeship Council under 29 CFR Part 29.) Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Offerors are strongly encouraged to register to receive notification of upload the RFP at this site and register on the Interested Vendor List (IVL). Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation. The RFP’s VOLUME I AND VOLUME II will be ISSUED ON 23 JUNE 2008 via FEDBIZOPS. The TECHNICAL SPECIFICATIONS (RFP’s VOLUME III) AND DRAWINGS shall be issued to those offerors who successfully complete the required security check necessary in order to safeguard the sensitive but unclassified information of this project. The Technical Specification (VOL III) and Drawings shall BEGIN BEING ISSUED ON THE 25 JUNE 2008 via a PHYSICAL DISTRIBUTION BETWEEN EACH PROSPECTIVE OFFEROR AND GOVERNMENT POC. All offerors shall submit the following required information for the security check process: 1)Requesting Offeror’s Name, Address, and Telephone Number. 2)Assigned Cage Code (if any). 3)Offeror’s Security Officer’s name, address, email and phone information (if any). 4)Certification of the level of the facility clearance; include date clearance received (if any). This information shall be submitted via email to kenneth.leon@gsa.gov or george.bartlett@gsa.gov or fax copies to Kenneth Leon or George Bartlett at 202-208-0431. Upon successful completion of the security check (which takes approximately 5 working days) the offeror shall be notified of that fact and coordination of the pickup of the Tech Specs and Drawings shall be made at that time also. THERE WILL BE A NON-MANDATORY SITE VISIT on 25 JUNE 2008 at 08:30 AM and those wishing to attend the Site Visit shall submit by 18 JUNE 2008 the following required Visit Authorization Request (VAR) information via email to kenneth.leon@gsa.gov or george.bartlett@gsa.gov or fax copies to Kenneth Leon or George Bartlett at 202-208-0431: VAR shall contain the following information, at a minimum and limit is to (2) attendees for each offeror: 1)Requesting Offeror’s Name, Address, and Telephone Number. 2)Assigned Cage Code. 3)Offeror’s Security Officer’s name, address, email and phone information. 4)Certification of the level of the facility clearance; include date clearance received. 5)Name of the Proposed Visitor. Include First, Middle and Last names for each. 6)Date of Birth of the Proposed Visitor 7)Place of Birth of the Proposed Visitor. 8)Citizenship of the Proposed Visitor. 9)Certification of the Proposed Visitor’s Personnel Clearance. 10)Social Security Number of Proposed Visitors. 11)Purpose and Justification for the Visit. 12)Date or Period During which the VAR shall be valid. Upon approval of VAR and successful completion of Security Check, the offeror shall be provided further details concerning the site visit meeting location etc. (Note: Those attending the site visit shall be issued the Tech Specs (VOL III) and Drawings at the site visit) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-06-06 14:57:36">Jun 06, 2008 2:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-06-12 09:01:40">Jun 12, 2008 9:01 am Track Changes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=798d849af4f217a76beeb065f43cf19d&tab=core&_cview=1)
 
Place of Performance
Address: H Street, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01592828-W 20080614/080612221405-798d849af4f217a76beeb065f43cf19d (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.