Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

Z -- USCG 13th FLOOR SCIF DESIGN BUILD PROJECT, HALE BOGGS BLDG, NEW ORLEANS, LA

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management, Non-Prospectus ARK/LA/TX (47PH05), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
47PH0518R0001
 
Point of Contact
Albert Thibodeaux, Phone: 5042496435
 
E-Mail Address
albert.thibodeaux@gsa.gov
(albert.thibodeaux@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre-solicitation notice. The General Services Administration, Greater Southwest Region 7, Acquisition Management Division, intends to issue a Request for Proposal (RFP) for the Design and Construction of a Sensitive Compartmented Information Facility (SCIF) for the U.S. Coast Guard in the Hale Boggs Federal Building, located at 500 Poydras St. New Orleans, LA 70130. All construction required by this project is to be completed during normal working hours, and alternate working hours (TBD). The scope of work to be performed under the resultant contract includes, but is not limited to, interior renovations, wall demolition, reconfiguring, and construction; the reconfiguration of mechanical, electrical, and data systems where necessary, and new finishes in a few areas. This procurement is set-aside for service-disabled veteran owned small business firms in accordance with FAR part 19. The estimated construction cost magnitude for all work under this project is between $100,000.00 and $250,000.00. The applicable NAICS code for this project is 236220 (Commercial and Institutional Building Construction) with a size standard of $36.5 Million. All responsible, qualified firms are encouraged to submit a proposal. For the purposes of FAR 52.236-1, Performance of Work by the contractor, the contractor selected for award shall perform no less than 15% percent of the work. The source selection process and criteria will be based on the lowest price technically acceptable (LPTA). Technical acceptability will be based on schedule reflecting work to be performed within period of performance (POP) outlined in scope of work (SOW), along with experience with projects of similar size and scope. Provide a narrative of such projects, valuation, location, square footage, duration, etc. Project also requires past experience of at least three (3) federal or state project or educational or higher educational project that has similar work descriptions as per pertinent Drawings and Specifications. The solicitation is anticipated to be issued on or around March 21, 2018. A site visit will be conducted, the date and time is included in the synopsis. Interested firms are encouraged to attend the site visit. The solicitation closing date will be approximately 30 days after its issuance; the actual date and time will be identified in the solicitation. The solicitation and all other information, amendments and questions concerning the forthcoming solicitation will be electronically posted at the following web page: http://www.fbo.gov. No telephone requests for docs will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All questions/inquiries or requests for clarification must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. SITE VISIT INFORMATION A SITE VISIT IS SCHEDULED FOR WEDNESDAY MARCH 28, 2017 AT 9:00 A.M. CDT. THE LOCATION OF THE SITE VISIT IS 500 POYDRAS ST. NEW ORLEANS, LA 70130. ALL INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO ATTEND. THE SITE VISIT POC IS MR. COREY LINEN. PLEASE RSVP FOR SITE VISIT WITH MR. LINEN AT COREY.LINEN@GSA.GOV. NLT THURSDAY MARCH 22, 2018. Interested firms must be registered and have completed their online representations and certifications in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of the solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a1ac6625000b10c78e762d21f31b8703)
 
Place of Performance
Address: 500 Poydras St, New Orleans, Louisiana, 70130, United States
Zip Code: 70130
 
Record
SN04851110-W 20180314/180312231257-a1ac6625000b10c78e762d21f31b8703 (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.