Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

Y -- CMc - West and East Wing Infrastructure Systems Replacement

Notice Date
9/16/2009
 
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
GS-11P-09-MKC-0122
 
Point of Contact
Mary Pineda, Phone: 202-205-8468, Kasey Lehman, Phone: 202-401-1787
 
E-Mail Address
mary.pineda@gsa.gov, kasey.lehman@gsa.gov
(mary.pineda@gsa.gov, kasey.lehman@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) intends to issue a Request For Proposal (RFP) for a Construction Manager as Constructor (CMc) to perform construction services on the West and East Wing Infrastructure Systems Replacement project in Washington, DC. This is a classified project and each offeror shall possess the appropriate facility clearance and safeguarding capability in order to be considered eligible to bid upon this project and be issued a solicitation package. It is anticipated that classified technical data and documentation, up to the level of Top Secret will be utilized. The project is anticipated to be awarded in January 2010 and will be performed in three Phases with each subsequent Phase extending services and systems of the entire project. The estimated construction cost range of the entire project is $150 to $300 million dollar. GSA intends to negotiate the award of a Guaranteed Maximum Price (GMP) Contract for the Construction Manager as Constructor (CMc) Services. All work will be performed in accordance with GSA authorized and approved standards. The selection process will utilize source selection procedures in accordance with FAR Part 15.3. The selection procedure will employ tradeoffs and the technical/management factors are considered to be significantly more important than price and price related factors. The four technical factors are described hereinafter. (REVISED - 9/16/2009) FACTOR 1: Past Performance - Offerors must demonstrate successful experience on at least two (2) similar projects completed within the past (8) years. Definition of Similar project is: "a project comparable in scope of work and on occupied and fully functional facilities and sites, as well as with construction adjacencies." All similar projects must meet the type and complexity of all the following characteristics: (1)The project involved a new utility pathway, utility infrastructure, heavy sitework, new building and/or renovations to an existing building that included significant classified scope of work (including Top Secret) incorporating civil, architectural, historic preservation, structural, electrical, emergency power, telecommunications/IT, physical security, mechanical, plumbing, and fire protection systems; (2) The project required coordination to maintain continuity of operations in all occupied spaces of the existing building and/or adjacent building along with maintaining all existing utilities during construction;(3) The project involved environmental controls that included but were not limited to dust and noise control; (4) The project involved secured site access and a restricted site with limited space for material staging along with the requirement to maintain pedestrian and vehicular traffic flow around the site;(5) The total project construction cost at time of contract award was not less than $50 million. FACTOR 2: Key Personnel FACTOR 3: Understanding of Requirements/Management Approach/Subcontracting Plan/Schedule FACTOR 4: Apprenticeship Plan. This solicitation will be open to both small and large business firms under the Small Business Demonstration Test Program. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average "annual receipts" of $31.0 million. Joint Ventures (JV) shall be allowed to participate if the joint venture submits one (1) copy of the executed joint venture agreement and the joint venture holds all security requirements under said JV firm (not individual firms). The RFP will be issued on/about October 15, 2009 and proposals will be due 30 calendar days after RFP issuance. (REVISED-9/16/2009) If your firm has an interest in being considered for this project, then you SHALL SUBMIT by No Later Than 5 OCTOBER 2009 at 2:00 PM VIA EMAIL to, mary.pineda@gsa.gov, a written "LETTER OF INTEREST" along with the required SECURITY CLEARANCE INFORMATION as listed in items 1) through 5) below. It shall be noted that due to security requirements, RFP packages SHALL only be distributed to firms that have submitted the Letter of Interest and required Security Clearance Information by the stated date and time above and meet s all stated security clearance requirements. The Government shall verify all submitted required Security Clearance Information prior to the issuance of any RFP. Therefore should a firm not submit a written "Letter of Interest" and the required Security Clearance Information by 5 October 2009 at 2:00 PM nor meet the stated Security Clearance requirements the firm shall not be considered eligible for this project and shall not receive the RFP documents." 1) Requesting Offeror's Name, Address, DUNS # and Telephone # 2) Assigned Cage Code 3) Offeror's Security Officer's name, address, email and phone information 4) Offeror's Cognizant Security Office name, address and phone information 5) Certification of the level of the facility clearance offeror holds and date clearance received NOTE: Joint Ventures must indicate the above information for the JV entity not individual firms
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-09-MKC-0122/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN01957306-W 20090918/090917000658-59c7c422270fc95bc6e69123b1369663 (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.