Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2002 FBO #0094
SOLICITATION NOTICE

Z -- Repair and Alteration of the Operations Building, SSA, Woodlawn, MD

Notice Date
3/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Realty Services District (3PC), The Wanamaker Building 100 Penn Square East, Philadelphia, PA, 19107-3396
 
ZIP Code
19107-3396
 
Solicitation Number
GS-03P-02-DXC-0013
 
Response Due
4/5/2002
 
Point of Contact
Patti Vaughn, Contracting Officer, Phone (215) 656-6144, Fax (215) 656-5838, - Patti Vaughn, Contracting Officer, Phone (215) 656-6144, Fax (215) 656-5838,
 
E-Mail Address
patti.vaughn@gsa.gov, patti.vaughn@gsa.gov
 
Description
The General Services Administration announces the procurement of a construction firm for a repair and alteration project at the Operations Building located at the Social Security Administration?s national headquarters in Woodlawn, Maryland. The estimated cost range of this project is over one hundred million dollars ($100,000,000). This announcement also constitutes the synopsis of the Request for Proposal. The Operations Building was designed in 1957 and constructed shortly thereafter. Encompassing roughly 1.2 million square feet on 3 ? floors, the entire building, with minor exceptions, is to be completely renovated. The work entails the removal of virtually all interior partitions and facades in a two-phase project over a 3-1/2 year period. The building will be partially occupied during the work. The phasing will occur by dividing the building into halves down a north-south axis. The west half of the building will be renovated during phase 1, which will last 20 months, while the east half is occupied. The east half of the building will be renovated during phase 2, which will last 16 months, while the west half is occupied. The contractor shall build a 2-hour rated temporary wall that separates the construction area from the tenant occupied space. The requirement of this project is for the construction firm to provide all supervision, labor, materials and equipment to perform, but not limited to, the demolition, replacement, and/or installation of the following: Asbestos/Hazmat abatement, Light fixtures, Roof, Interior walls, Windows, Carpet, Facade, Doors, Plumbing, Paint, Restrooms, Cafeteria Equipment, Site work, Skylights, Building Automation System, UPS system, Lan/Wan/Telecom systems, Fire alarm system, HVAC systems, Fire sprinkler system, Ductwork, Security system, Electrical Systems, Masonry, Ceilings, Pre-Cast concrete panels. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. The NAICS code is 233320. The Contractor will be chosen competitively utilizing formal source selection procedures in conjunction with the Best Value Continuum concept. The Government anticipates the award, approximately December 30, 2002, of a firm fixed price contract to the firm offering the best value in terms of price and technical merit as a result of this effort. For this procurement technical evaluation factors are more important than cost or price. The acquisition process shall consist of 3 steps. Step 1:Offerors will be evaluated based on two technical factors: past performance and bonding capacity. The criteria and directions for the submission of the step 1 technical proposal are available upon request. After the evaluation is completed, all firms that responded to this pre solicitation notice will be notified as to their technical rating and an advisory short list will be developed. Firms on the advisory short list will then be invited to participate in step number 2, however any firm that submitted a technical proposal will not be precluded at this stage. NOTE: Contractors must submit a technical proposal during phase one of the procurement process to be considered for award. Failure to submit a timely technical proposal will result in exclusion of a proposal from further consideration. Step 2:A formal RFP, with 100% complete drawings and specifications, and additional technical factors will be issued to all firms on the advisory short list. The approximate date for issuance of the RFP is on or after May 1, 2002. The additional technical factors will be included with the RFP package. Price and technical proposals are both required in this step. A competitive range will be developed. Oral presentations and interviews will be conducted with the firms in the competitive range. Negotiations may also be conducted in this step, however it should be noted that a selection and award might be made without discussions. Step 3:Receipt and evaluation of final offers. Upon evaluation of any and all revised technical and price proposals, the firm who offers the best overall value to the Government will be selected for award. To be included on the GSA source list, and to obtain a copy of the step 1 technical criteria stated above, please mail, fax or email your request to Shelia Watkins at GSA, Chesapeake Realty Services District, The Wanamaker Building, 100 Penn Square East, Room 614, Philadelphia, PA, 19107, shelia.Watkins@gsa.gov, fax 215-656-5838. Reference solicitation number GS-03P-02-DXC-0013 for identification purposes. The step 1 technical proposals are due April 5, 2002 at 3:00 P.M, submitted to the Office of Business and Public Affairs, 100 Penn Square East, Room 829, Philadelphia, PA 19107.
 
Place of Performance
Address: Social Security Administration, Operation Building,, Woodlawn, MD
 
Record
SN00035297-W 20020306/020304213314 (fbodaily.com)
 
Source
FedBizOpps.gov 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.