Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

Y -- Design-Build New Land Port of Entry, Milltown, Calais, ME - Solicitation 1

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-12-BZ-C-0012
 
Response Due
5/15/2012 4:00:00 PM
 
Point of Contact
Michael C. Kennison, Phone: (617) 565-5005, Deborah A. Fournier, Phone: (617) 565-5970
 
E-Mail Address
michael.kennison@gsa.gov, deborah.fournier@gsa.gov
(michael.kennison@gsa.gov, deborah.fournier@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Reference Questions Hazardous Materials Idendification Report Protected Natural Resources Report Milltown LPOE Representations and Certifications GSA 527 Milltown LPOE Statement of Work SF1442 - Section B - Bid Document SF1442 Milltown Wage Determination Milltown Agreement Milltown LPOE Solicitation The General Services Administration announces the issuance of Solicitation GS-01P-12-BZ-C-0012 for Design-Build of a United States (U.S.) Land Port of Entry (LPOE) at the existing Milltown port site. The United States Port Facility at Milltown is located in the town of Calais, Maine at the International Border separating Maine and the Canadian Province of New Brunswick. The facility is located on North Street in a predominantly residential area of the city. The port is in proximity to Route 1 and currently serves as a crossing for non-commercial traffic via North Street. The intent of this project is to replace in kind with a new main building, canopy, and booth, reusing the existing roadway configuration and site as is. The scope of work for this project includes: the demolition of the existing main building and ancillary structures, canopy, and booth; design and construction of the new main building, canopy, and booth; and any associated site work required to construct the new facilities and integrate them into the existing site. Demolition of the existing structures will require abatement of all hazardous materials. T he Design Build Contractor shall be responsible for the ultimate site specific layout and building design to be approved by the Government. The site area will not be expanded. The LPOE will be closed for the duration of construction. From time of award to substantial completion, Contractor shall only be provided access to the existing LPOE site for on-site construction work for a period of one-hundred & twenty (120) calendar days. This procurement is 100% set-aside for small business concerns and is Subject to the Availability of Funds. The estimated cost range for this project has changed; the range is now between $500,000.00 and $1,000,000.00. The North American Industrial Classification Code (NAICS) is 236220 with a size standard of $33.5 million. This is a negotiated procurement and there will NOT be a public bid opening. Offers will be evaluated on technical capability and price, with technical quality being approximately equal to price. Evaluation Factors are: (1) Management Plan and Technical Approach; (2) Proven past performance in design and construction of buildings of similar size or larger; (3) Qualifications and experience of key personnel and; (4) Environmental Plan to Assist PBS in Achieving a Zero Environmental Footprint (ZEF). All offerors must establish and/or maintain an active registration at http://www.ccr.gov and complete the online representations and certifications at https://orca.bpn.gov. Offerors shall submit both written technical and price proposals. A bid guarantee is required and the offerors must provide Performance and Payment Bonds prior to award. A pre-proposal conference will be held on Thursday April 19, 2012 at the Margaret Chase Smith Federal Building, Grand Jury Room, Second Floor, 202 Harlow Street, Bangor ME 04401 at 10:00 AM in the First Floor Court Room. GSA will also conduct a site visit on Friday, April 20, 2012 at 10:00 AM at the LPOE. All prospective offerors are encouraged to attend both. Additional site visits may be made only by appointment as specified in the solicitation. The solicitation, agreement, specifications and other applicable documents are now available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. It is the Offeror's responsibility to monitor the site at www.fbo.gov. for the release of any amendments and/or other notifications of any changes to this solicitation (i.e. any amendments). No hard copies of the solicitation will be mailed or issued and telephone, fax, or email requests for this solicitation will not be accepted. The Government reserves the right to cancel this solicitation. Should there be any questions, please contact Michael Kennison, Contract Specialist, at 617-565-5005 or via e-mail at michael.Kennison@gsa.gov. Offers are due on May 15, 2012 at 4:00 P.M. Local time. All offers are to be submitted to the Contracting Officer, General Services Administration, Design & Construction, Thomas P. O'Neill Jr. Federal Building, 10 Causeway Street, Room 135, Boston, MA 02222. All responsible sources may submit a proposal that shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-12-BZ-C-0012/listing.html)
 
Place of Performance
Address: North Street, Calais, Maine, 04619, United States
Zip Code: 04619
 
Record
SN02720162-W 20120414/120412234659-031043f53bb08dba2cffc08942b78492 (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.