Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

Z -- PERIMETER IMPROVEMENTS, NEBRASKA AVENUE COMPLEX

Notice Date
9/11/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), D.C. Services Division (WPJ), 7th & D. Streets, S.W., Room 2670, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
WPJ-08-0894
 
Archive Date
11/14/2008
 
Point of Contact
Sonya Lamcaster,, Phone: 202-708-9130, Delores D. Peterson,, Phone: (202) 708-7431
 
E-Mail Address
sonya.lancaster@gsa.gov, delores.peterson@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
WPJ-08-0894 – PERIMETER IMPROVEMENTS PROJECT, NEBRASKA AVENUE COMPLEX (NAC), 3801 NEBRASKA AVENUE, NW, WASHINGTON, DC The General Services Administration (GSA) announces an opportunity to procure services of a highly qualified construction firm to provide all supervision, labor, materials and equipment necessary for an overall security enhancement of both physical spaces and security equipment in and around the perimeter of a campus of federal office buildings which is located on a 38 acre complex in Northwest Washington, DC. This complex is commonly known as the Nebraska Avenue Complex (NAC). GSA intents to award a firm-fixed price contract utilizing Source Selection procedures that represents the best value to the Government, as set forth in the Federal Acquisition Regulation Part 15. Under this Source Selection, non-price factors are significantly more important than price. This procurement is not set-aside for small businesses. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. Women-owned businesses are encouraged to submit bids and so state that they are women-owned. The Request for Proposal (RFP) issuance date is September 30, 2008; and the RFP due date is October 30, 2008. GSA is issuing this solicitation electronically and on CD-ROM. You may access the RFP documents at the Federal Business Opportunity Website Home Page at http://www.FEDBIZOPPS.gov. However, the construction project drawings will be available on CD-ROM only. Potential offerors may pick-up a CD-ROM copy of the construction project drawings on September 30, 2008 at the General Services Administration, National Capital Region, Regional Office Building, Bid Room, Room 1065, 7th & D Streets, SW, Washington, DC. Please reference Solicitation Number WPJ-08-0894 when requesting the bid documents and drawings. Construction completion and final acceptance is expected to occur within 25 months after a notice to proceed (NTP). GSA is planning to award this contract in early 2009. The estimated cost for the project is between $15,000,000 and $25,000,000 dollars. This project will include major renovations and demolition of several buildings located at the NAC. There will also be construction of new guard booths, vehicle screening building, upgraded fencing and electronic security equipment used to monitor the site. This is a turnkey project. Due to the substantial amount and complexity of electronic equipment required on the project it is expected that the Prime Contractor will have as a part of their team, a technology systems integrator, security specialist, AV and IT specialists. Some portions of the technology systems will be required to be certified by the Underwriters Laboratory (UL). Therefore, appropriate parties of the team of technology subcontractors will be required to have applicable UL certifications. Interested Offeror(s) must be a firm or joint venture with experience, individually or as a member of a team, which has successfully and satisfactorily completed projects of similar complexity, scope, and size, or which has similar projects currently under construction. Offeror(s), individually or as a team, must have the capacity to obtain performance and payment bonding for up to 100% of the firm-fixed price. While the contractor’s personnel will have to satisfy the requirements of Homeland Security Presidential Directive-12 the Government does not anticipate that any special security clearance (i.e. TOP SECRET) will be required to participate in this procurement. The RFP will require the proposals be submitted in a two volume set. Volume I will be the Technical Proposal and Volume II will be the Pricing Proposal. The selection process will utilize source selection procedures in accordance with the FAR Part 15. The selection process will use tradeoffs. Non-price factors are significantly more important than the price related factors. The technical proposals evaluation (non-price) factors are as follows: Capabilities/Experience (33%), Past Performance (25%), Technical Approach (22%), and Small Disadvantaged Business Participation (20%). Offerors will be required to address Small Disadvantaged Business (SDB) considerations in the technical portion of their proposals. Offerors shall provide a SDB Participation Plan that outlines their targets, expressed as dollars and percentage of the total contract value, in each of the applicable, authorized NAICS Industry Subfactor, and a total target for SDB participation by contractor, including joint venture partnership, and team members, and a total for SDB participation by subcontractors. YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOAD OF THE RFP AT THIS SITE AND REGISTER ON THE INTERESTED VENDOR LIST (IVL). THERE WILL BE NO PUBLIC BID OPENING.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd3212fd80d81de6d4fcb53be001326a&tab=core&_cview=1)
 
Place of Performance
Address: NEBRASKA AVENUE COMPLEX (NAC), 3801 NEBRASKA AVENUE, NW, WASHINGTON, DC 20530, WASHINGTON, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01667153-W 20080913/080911224938-bd3212fd80d81de6d4fcb53be001326a (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.