Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

Z -- Tenant Improvements, U. S. Custom House, New Orleans, Louisiana

Notice Date
8/24/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-09-HH-C-0103
 
Archive Date
12/30/2009
 
Point of Contact
Barbara L Varley, Phone: (817) 978-7086
 
E-Mail Address
barbara.varley@gsa.gov
(barbara.varley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) announces an opportunity for public construction and is soliciting written expressions of interest from qualified general contractors desiring to compete in the procurement process for the referenced project. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $33.5 million per year. This is an unrestricted procurement open to all large and small business concerns. All firms shall submit a one page letter of interest on company letter head. This letter shall include a statement of interest, the number of personnel that will attend the Pre-proposal conference and the firm’s DUNS number. Letters are due to the office of the Contracting Officer no later than September 14, 2009. Send documentation to the attention of Barbara Varley, Contracting Officer, General Services Administration (GSA), (7PQA), Room 12B01, 819 Taylor St., Fort Worth, Texas 76102 or barbara.varley@gsa.gov. GSA retains the right to publish and distribute the list of offerors to other interested parties (i.e., subcontractors, etc.). Interested parties should refer to PBS Order 3490.1A, Document Security for Sensitive but Unclassified Building Information which outlines document security policy. The Estimated Construction Cost at Award for the project is $15,000,000 to $25,000,000. Contractors should price according to the construction specifications. The Request for Proposal (RFP) is scheduled to be issued on or about September 14, 2009, via CD-ROM disk. Firms must send the letter with requested information to receive the documents. A Pre-proposal Conference is tentatively scheduled to be held September 29, 2009, in New Orleans, Louisiana, to answer questions that offerors may have concerning the project, specifications, drawings and technical evaluation criteria. The building will be open for touring on weekdays beginning on September 16, 2009, and continuing until October 14, 2009. The solicitation will provide information on the point of contact for taking a tour along with the times of availability. Attendance at the Pre-proposal conference and site visit is not mandatory but is strongly encouraged. GSA intends to contract for complete construction services with the construction contractor that offers the best overall value to the Government by demonstrating a commitment to construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The project for this building will include adding additional zones onto existing HVAC systems, constructing new space finishes for several tenants prior to move-in, altering interior spaces for existing tenants, installing new furniture for several tenants, moving existing furniture for several tenants, restoring antique furniture prior to relocation, and renovating public spaces with focus on historic preservation, handicap accessibility, and upgrades to the elevators and building security systems. Additional project work will consist of plumbing, installation of communications systems and modification of existing fire sprinkler and fire alarm systems. The project is designed to comply with the U.S. Green Building Council's Leadership in Energy & Environmental Design (LEED), Commercial Interiors Silver Level Certification. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202). The contractor will be chosen competitively utilizing FAR Part 15 Source Selection procedures in conjunction with the Best Value/Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire construction project including the administrative cost of processing change orders throughout the course of this project. Any scope changes by the Government that result from the pre-proposal conference or any other discussions may be incorporated into the Scope of Work at any time prior to the final request for price proposal submission at no recompense to the offeror(s). The technical factors are tentatively as follows: (1) Experience and Past Performance of the Firm, (2) Experience of Key Personnel; (3) Experience and Past Performance of Key Subcontractors, and (4) Project Schedule. Proposals will be due on or about October 15, 2009. All questions/clarifications regarding the project documents (drawings, specifications, procedures, etc.) shall be put in writing and submitted to the Contracting Officer no later than close of business October 2, 2009. Production costs and proposal preparation costs are at the expense of the offeror. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the business concern (if not a small business concern) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned, service disabled veteran owned and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as indicated FAR 19.702. GSA’s current Subcontracting Goals are as follows: Total Small Business 37%; Total Small Disadvantaged Business 6%; Woman Owned 5%; HUBZone Business 3%; Veteran Owned Small Business 5%, and Service Disabled Veteran Owned Small Business 3%. Large businesses are encouraged to meet or exceed these subcontracting goals. All correspondence in response to this announcement must clearly indicate the Solicitation Number GS-07P-09-HH-C-0103. THERE IS REASONABLE CERTAINTY THAT FUNDS WILL BE AVAILABLE. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-09-HH-C-0103/listing.html)
 
Record
SN01924557-W 20090826/090825003214-b624c3a775c83a7de4a49163907fcebf (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.