Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

Z -- U.S. Marshal Spaces and Exterior Elevator, L.R. Preyer Federal Building and Courthose

Notice Date
5/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charlotte Property Management Center (4PMC), 521 East Morehead Street, Charlotte, NC, 28202
 
ZIP Code
28202
 
Solicitation Number
GS-04P-03-RQD-0071
 
Response Due
7/17/2003
 
Archive Date
8/15/2003
 
Point of Contact
William Peterson, Contracting Officer, Phone 704 344-6196 ext 31, Fax 704 344-6250, - Lisa Reaves, Contract Specialist,
 
E-Mail Address
william.peterson@gsa.gov, lisa.reaves@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITAION NOTICE ONLY - THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. General Services Administration announces an opportunity to qualified small construction firms interested in providing construction services to the U.S. Marshal Spaces and Exterior Elevator at the L.R. Preyer Federal Building and Courthouse, 324 West Market Street, Greensboro, NC 27401. The Government may elect to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. Each award will be for one-year with four additional one-year options. In response to this notice, Small Construction Contractors may request to be put on the Bidders Mailing List (BML) by submitting a one-page letter to the attention of William T. Peterson, Jr., Contracting Officer (4PMC), General Services Administration, Property Management Division, 521 East Morehead Street, Suite 430, Charlotte, NC 28202. Offerors may request to be put on the BML up until the issuance of the Request For Proposal (RFP). All correspondence in response to this amendment must clearly indicate Solicitation No. GS-04P-03-RQD-0071. The tentative date for the issuance of the RFP is scheduled for June 17, 2003. A Pre-Proposal Conference is scheduled for Wednesday, June 26, 2003 to answer any questions that offerors may have concerning the scope of work and evaluation criteria. The Pre-Proposal Conference will be held at the L.R. Preyer Federal Building and Courthouse, 324 West Market Street, Greensboro, NC at 10:00 a.m. The Project consist of constructing a vehicular Salley Port, prisoner holding and processing areas, and a 3-stop elevator. The Work consist of but is not limited to: a Salley Port and elevator additions with a concrete load-bearing masonry adn steel structure; stone cladding; a hydraulic elevator; insulated built-up roof system over metal decking. New additions and interior renovations to include mechanical, electrical and fire protection systems; interior doors; interior wall and finishes. Electrical transformers to be replaced and relocated. The Work will be constructed under a single Prime contract. The faciltity will be occupied throughout the project. Construction will be conducted in two (2) phases to accomodate continued occupancy of the building. The subject solicitation includes Sensitive But Unclassified building information (SBU). For reasons of security and before release of SBU information, the requester must complete and sign the attached Document Security Notice to Prospective Bidders/Offerors. In addition, the following information must be submitted and or provided by the requester via the spaces provided in the Notice. 1. Copy of business license, 2. Company's Dun and Bradstreet Number, 3. Valid Tax Identification Number, 4. A valid picture state driver's license (for person(s) picking up SBU documents). The Notice shall be submitted to the Point of Contact cited herein. No e-mail copeies will be accepted; however facsimiles will be accepted. The estimated construction cost range for this project is between $1,000,000.00 and $5,000,000.00. The applicabe NAICS Code is 233320 with a Small Business Size Standard of $27.5 million. A General Construction Contractor will be procured fo the above services utilitizing Source Selection procedures in accordance with FAR Part 15. The Government contemplates the award of a Firm-Fixed Price (FFP) type contract. The "Best Value Concept" will be utilized for evaluation of offers and selection of the successful offeror. The "Best Value Concept" provides the opportunity for cost/technical tradeoffs; therefore, award will not necessarily be made to the lowest priced offer or the highest technically ranked offer. The Governmen will select the proposals that represent the "Best Value" based on the evaluation of both price and technical factors. All technical evaluation factors total score is significantly more important than cost (or price). The Government intends to evaluate proposals and award a contract without discussions with offerors (escept clarifications as described in FAR 15.306(a)). Therefore, the offerors innitial proposal should contain the offerors best terms from a cost or price and technical standpoint. The following technical evaluation factors will be evaluated: (1) Experience on Similiar Projects, (a) Offeror should include a detailed description of the projects completed within the last three (3) years as well as all similar on-going projects and the role of the offeror on the project, i.e., prime contractor, subcontractor, etc. and the dollar amount fo their portion of the work. (b) Similiar means projects of the scope, magnitude and difficulty contemplated by the RFP project. The project listed should include at least two (2) projects whose dollar amount are in excess of $500,000.00. (2) Past Performance, (a) Past performance will be determined by the evaluators who will contact at least three of the references provided and discuss the offeror's performance on the project. (b) Consideration will be given to timeliness, cost control, and technical success of the project. (3) Management Plan, (a) The offeror shall demonstrate in its proposal, the methodology it intends to employ to accommodate the Government's issuing of multiple, concurrent task orders (ranging in dollar value from $100,000.01 to $5,000,000.00). (b) The offeror shall provide a quality control plan to assure the requirements of the contract will be provided as specified. The plan, at a minimum, shall include a description of the quality control system, methods of identifying, correcting and preventing defects in the quality of the design and/or construction work and the identification of authorities and responsibilities of key personnel. (4) Experience of Key Personnel, (a) The Offeror shall identify key personnel and principles proposed to perform the duties required in the solicitation during all phases of the projects. (b) A resume must be submitted for each. The resume shall include education, number of years experience and a description of their duties and responsibilities. The anticipated date of issue is June 17, 2003. Request for Proposal due date is July 17, 2003. The price proposal shall be submitted simultaneous with the technical proposal, but sealed in a separate envelope marked "PRICE". Photographs may be incorporated into the proposals if desired, but limited to no more than one (1) per project. To be included on the BML, please mail, fax or e-mail your request to William T. Peterson, Jr., GSA North Carolina Service Center, 521 East Morehead Street, Suite 430, Charlotte, NC 28202; (704) 344-6250 or e-mail william.peterson@gsa.gov. Please reference Solicitation No. GS-04P-03-RQD-0071. TELEPHONE REQUEST WILL NOT BE HONORED. ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov and follow the procedures for notification registration.
 
Place of Performance
Address: L.R. Preyer Federal Building and Courthouse, 324 West Market Street, Greensboro, NC
Zip Code: 27401
Country: United States
 
Record
SN00323438-W 20030515/030513213928 (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.