Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

Z -- Masonry and Stone Repair Project

Notice Date
12/21/2017
 
Notice Type
Presolicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF-0018R-0042
 
Point of Contact
Katie M Musselman, Phone: 3125208939, Joseph Loersch, Phone: 3128061757
 
E-Mail Address
katie.musselman@gsa.gov, joseph.loersch@gsa.gov
(katie.musselman@gsa.gov, joseph.loersch@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS PROCUREMENT IS OPEN TO ALL BUSINESSES. The General Services Administration (GSA), Great Lakes Region 5, Acquisition Management Division (AMD) announces an opportunity to provide design/build services for the Masonry and Stone Repair Project located at the Paul Findley Federal Building and U.S. Courthouse, 600 East Monroe Street in Springfield, Illinois. The Paul Findley Federal Building and U.S. Courthouse was constructed in 1930. It is constructed with a load bearing concrete frame and limestone and facebrick masonry cladding. The parapet is capped with a terracotta cornice. The National Register listed building has undergone various exterior maintenance projects including masonry repointing, limestone repair, cleaning, recoating terracotta, window replacement, and roof replacement. The purpose of this project is to design and build the restoration of exterior finishes and should include but is not limited to: spot repointing of the limestone and facebrick, removing the existing coatings from the terracotta cornice and repairing/replacing damaged units, performing dutchman's repairs on limestone, replacing perimeter sealant on windows, and repairing perimeter limestone on grade level window wells. All work shall conform to strict requirements for repairing and maintaining historic buildings and the Secretary of the Interiors Standards for Rehabilitation. This procurement is open to all businesses. Funds are not currently available. The North American Industrial Classification Code (NAICS) for this acquisition is 238140 (Masonry Contractors) with a size standard of $15 million. The total estimated cost is between $1,000,000 and $3,000,000. Design/build services are anticipated to commence upon award of the contract, with a performance period of 230 calendar days; all work shall be fully completed in calendar year 2018. This is a negotiated procurement; there will NOT be a public bid opening. The resulting contract will be a firm-fixed price contract. The design/build team will be competitively chosen using Source Selection (FAR 15.3) procedures. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. Evaluation factors for award will consist of experience, past performance, project management plan, staffing plan/qualifications of key personnel and total evaluated price. It is the Government's intent to award a contract to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government. The solicitation is expected to be released on or about January 4, 2018 with a closing date of February 8, 2018. A pre-proposal site visit will be scheduled within two weeks of the issuance of the solicitation; notification to the Contracting Officer of proposed attendance will be required. GSA considers attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. An award is anticipated on or about March 14, 2017. The Government reserves the right to make an award on initial offers, but discussions may be held if appropriate. The solicitation cited above can only be obtained by accessing the secure website, FedBizOpps (FBO). FedBizOpps is designed to safeguard sensitive but unclassified (SBU) acquisition information and is fully integrated with other electronic Government initiatives, including the System for Award Management (SAM) (www.sam.gov). Registration in both SAM and FedBizOpps is required in order to download solicitation documents and is used to validate vendor identity. Contractors not registering in these systems will be ineligible to download the solicitation and ineligible for an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0c9a5da28d116c640f7032bdd9e8aa1)
 
Place of Performance
Address: 600 East Monroe Street, Springfield, Illinois, 62701, United States
Zip Code: 62701
 
Record
SN04773265-W 20171223/171221231002-b0c9a5da28d116c640f7032bdd9e8aa1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.