Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
MODIFICATION

Y -- New U.S. Courthouse in Harrisburg, Pennsylvania - Solicitation 1

Notice Date
5/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GS-03-P-17-AZ-C-0014
 
Response Due
6/26/2017 12:00:00 PM
 
Point of Contact
Nadya L Popil, Phone: 215-446-5810
 
E-Mail Address
nadya.popil@gsa.gov
(nadya.popil@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
GSA 527 (Fillable PDF) Attachment 3 - Small Business Utilization Form (Microsoft Word format) Attachment 2 - Past Performance Questionnaire (Microsoft Word format) Attachment 1 - Past Project Form (Microsoft Word format) Request for Proposals (RFP) GS-03-P-AZ-C-0014 The General Services Administration (GSA) intends to construct a new U.S. Courthouse in Harrisburg, Pennsylvania. The government will utilize the "Construction Manager as Constructor (CMc)" also known and "Construction Manager at Risk" or "Guaranteed Maximum Price (GMP)" as the project delivery method. The CMc contractor shall provide a new courthouse on a government-owned site in Harrisburg, Pennsylvania and will be approximately 243,000 gross square feet including 19,350 square feet of interior parking plus associated service and circulation spaces. These construction services shall be performed at a Guaranteed Maximum Price (GMP). The award will be made using FAR part 15. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose proposal conforms to the solicitation and offers the best value to the Government, considering the price and nonprice factors. Competitive proposals shall be evaluated based on the factors specified in the solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than price. Below are the technical factors, in descending order of importance: (1) Management Approach (2) Experience (3) Past Performance (4) Small Business Utilization (5) Project Labor Agreement Important Notes: (1) In accordance with FAR 28.102-2, both a performance and payment bond will need to be furnished by the successful offeror after award of the contract. Both bonds shall be valued at 100 percent of the contract price. (2) In accordance with FAR 30.201, award may only be made to an offeror that is fully compliant with regard to their Cost Accounting Standards. Therefore, the Contractor must demonstrate their compliance with Cost Accounting Standards (CAS) through the submittal of all disclosures in accordance with FAR 52.230­1, Cost Accounting Standards Notice and Certifications and FAR 52.230­7, Proposal Disclosure ­ Cost Accounting Practice Changes. Award shall not be made to any contractor that is not CAS compliant. This procurement will follow the advisory multi-step process in accordance with FAR 15.202. The technical evaluation factors are broken down by phase as follows: Phase I: (1) Experience (2) Past Performance Upon completion of the evaluation of Phase I proposals, an advisory shortlist will be developed. All offerors will be notified as to whether their firm was included on or excluded from the advisory shortlist. It shall be noted that exclusion from the advisory shortlist shall not preclude offerors from submitting a Phase II proposal. Phase II: (1) Management Approach (2) Small Business Utilization (3) Project Labor Agreement Offerors shall also be required to submit a price proposal under Phase II. The estimated total construction cost for the project falls within the range of $125,000,000.00 and $150,000,000.00. Award is anticipated to me made for design phase services with an option for early site packages and an option for building construction. Design phase services are anticipated to commence upon award of the contract on or about February 2018. The Option for Site Utilities is anticipated to be awarded on or about March 2018. The Optional Construction Phase Work is anticipated to be awarded on or about January 2019, with a performance period of approximately 1571 calendar days. Offerors shall note that while the total project budget has received Congressional authorization, it has yet to be fully appropriated. A preproposal conference will be held on June 2, 2017. Please refer to the solicitation for more information. Small businesses are highly encouraged to attend. Prior notification of attendance to this conference is mandatory. Please provide your company name and all potential attendees' full names to Nadya.Popil@gsa.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fbo.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation will only be available electronically. It will be available on or about June 2017. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. For additional registration information, visit the FedBizOpps website, www.fbo.gov. Inquiries concerning the project should be directed to the following email address: Nadya.Popil@gsa.gov and reference the solicitation number in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03-P-17-AZ-C-0014/listing.html)
 
Place of Performance
Address: Harrisburg, Pennsylvania, United States
 
Record
SN04524503-W 20170528/170526234955-eb0484c6f17dc36aa2bf49c8eac3b4d0 (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.