Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

R -- Construction Managemeent Technical Support Services Capital Projects

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
National Gallery of Art, Office of Procurement and Contracts, Purchasing and Contract Operations Department, 2000B South Club Drive, Landover, Maryland, 20785, United States
 
ZIP Code
20785
 
Solicitation Number
NGA-RFP-10-235
 
Archive Date
7/1/2010
 
Point of Contact
Denise Borjon-Gilson, Phone: 202-842-6344
 
E-Mail Address
db-gilson@nga.gov
(db-gilson@nga.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Gallery of Art (‘Gallery' or ‘NGA') located in Washington, DC solicits interested qualified professional firms to submit their proposals for Project/Construction Management Technical Support Services. The Contractor shall provide project/construction management services for pre-construction and construction phases to the NGA's Administrator's Office of Architecture and Engineering (AAE). This is a combined synopsis/solicitation with an attached RFP document for a full and open competition to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract in accordance with FAR 16.5, by using competitive negotiation procedures in FAR Part 15-Contracting by Negotiation, subpart 15.1. Task Orders (for services) shall be placed against a basic contract for individual requirements. The Task Orders shall be issued either as Labor-Hour in accordance with FAR 16.602 or Firm-Fixed Price in accordance with FAR 16.2 The labor hour rates shall be established as fully burdened fixed hourly rates that include wages, overhead, general and administrative expenses, and profit for each category of labor, with a total not-to exceed amount for each option year. The minimum amount that NGA will order of the life of this contract, including all option periods is $100,000.00. The maximum amount that NGA will order over the life of this contract is $6,750,000.00, which includes the Base year and all option years. The North American Industry Classification System (NAICS) code and small business size standard for this acquisition is 236220 Commercial and Institutional Building Construciotn. The samill business size standard is $33M. A Pre-Award meeting is scheduled to discuss the anticipated projects and solicitation requirements. The meeting shall be held on Wednesday, June 9, 2010 from 10:00am-11:00am. The meeting will begin at the West Building Service Entrance at 9:45am. Individuals planning to attend must notify Denise Gilson at 202-842-6344 or db-gilson@nga.gov of their intention to attend by Wednesday, June 2, 2010. The Proposal shall be evaluated based on Technical Factors and Pricing. The Technical Factors used in evaluating proposals will be (1) Management Approach and Approach to Satisfying the Requirements, (2) Key Personnel, (3) Contractor's Experience, and (4) Past Performance. The Pricing Factors shall be found in Section L of the RFP. The Offeror submitting a proposal is responsible for providing information in its proposal sufficient to allow the Gallery to evaluate the proposal using these evaluation factors. See the RFP for further, specific proposal submission requirements. Proposals must be received by Wednesday, June 30, 2010, by 3:00PM. Hand carried proposals are strongly encouraged. Proposals mailed to the correspondence mailing address in Section (G) of this RFP may be delayed and rejected as untimely All such proposal must be delivered to Denise Borjon-Gilson, Office of Procurement and Contracts to: (for hand delivery) 601S. Pennsylvania Ave, NW Suite 300, Washington DC, 20004-2601 or (U.S mailing address): 2000B South Club Drive, Landover, MD 20785; For Questions related to this solicitation contact Denise Borjon-Gilson at P: (202)842-6344; email: db-gilson@nga.gov on or before the Response Date as specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NGA/AOPC/WashingtonDC/NGA-RFP-10-235/listing.html)
 
Place of Performance
Address: Sixth Street and Constitution Avenue NW, Washington, District of Columbia, 20565, United States
Zip Code: 20565
 
Record
SN02154512-W 20100521/100519235254-4708644f459ebbc97d1b2b60eddfddef (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.