Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

Z -- Building Envelope Water Intrusion Repair, Sam M. Gibbons U.S. Courthouse, Tampa FL

Notice Date
12/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-04P-07-EX-C-0031
 
Archive Date
1/20/2007
 
Description
This PRE-SOLICITATION NOTICE is posted to announce the General Services Administration (GSA) intent to advertise a formal solicitation for a Design-Build project on/or about January 18, 2007 with proposals due on/or about February 20, 2007. NAICS: 236220 Size Standard: $27.5 million. The estimated construction cost range is $5 million to $10 million. In accordance with FAR Part 28.101 and 52.228-1, price proposals must be accompanied by a Bid Guarantee/Bond in the amount of $1,000,000 or 20% of the proposed submission price, whichever is less. Prospective offerors must have a valid Central Contractor Registration (http://www.ccr.gov/), Dunn & Bradstreet Number and valid IRS Tax ID Number to obtain a copy of the procurement package which will be available through FedBizOpps (http://www1.eps.gov/index.html). The solicitation and all related documents will be posted and available electronically, hard copies will not be issued. *** The work includes inspection, testing, design and repair of curtain wall and louvers, associated interior remediation and construction, and environmental testing to correct water intrusion through the building envelope. The building will remain occupied throughout the project, with work phased around the tenant agencies that may be moved to swing space during the repair work in their areas. The project performance is anticipated to last approximately 12 - 18 months after Notice to Proceed. Bonds, Insurance and Security Clearances for all on-site workers will be required prior to start of work. The project location is 108 North Florida Ave, Tampa FL 33602. *** This procurement will be advertised on an unrestricted basis open to large and small business concerns. Before award of the contract, the contractor (if not a small business, shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 and will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. Small, small disadvantaged, woman-owned, HUB Zone and Service-disabled Veteran-Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. The goals established for this project are as follows: SB 49%, 8(a) .8%, Other SDB 6.3%, WOSB 4.1%, Hubzone 3.3%, and SDV 3.3 %. *** This procurement will utilize the Best Value source selection, trade-off process approach under FAR 15.101, where all evaluation factors combined are more important than price. The Government may award to other than the lowest price offerors. The selected Offeror must demonstrate a history of meaningful experience and quality performance, a commitment to excellence, providing and maintaining a viable team organization and by adherence to budgetary and time parameters set forth for this project. The four evaluation factors for Stage I - Technical Data, are as follows: (1) Firm Past Performance in Providing Inspection and Design Services on Similar Projects; (2) Firm Past Performance in Providing General Construction Services on Similar Projects; (3) Firm Experience in Providing General Construction Services on Similar Projects; (4) Qualifications and Experience of Key Management Personnel. A Pre-Proposal Site Visit will be held to discuss and entertain questions relative to the scope of work and submission requirements. The exact date of the meeting will be provided in the RFP package. Offerors will be required to submit technical data, not to exceed 50 pages. Stage II - technical and cost will include three additional factors (1) Qualifications and Experience of Key Lead Field Personnel; (2) project management plan and (3) cost. Additional and/or supplemental information will be provided to the offerors advancing to Stage II. *** Do not respond to the notice. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: 801 North Florida Ave, Tampa FL
Zip Code: 33602
Country: UNITED STATES
 
Record
SN01203624-W 20061230/061228221224 (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.