Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

Z -- Replace Asphalt Roads and Concrete laydown Area, FISC Compound Cheatham Annex, Williamsburg, VA

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-03P-07-DX-C-0008
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Description
This solicitation was originally advertised under an incorrect NAICS code therefore it is being moved to the correct NAICS code of 238990 The Solicitation package is now available. To recieve a copy of the solicitation package please provide a completed and signed "Document Security Notice to Prospective Bidders/Offerors Form" to Noel Willette at noel.willette@gsa.gov. GS-03P-07-DX-C-0008 General Services Administration (GSA) intends to procure a firm to provide all supervision, labor, materials and equipment necessary for a pavement repair project at the Fleet and Industrial Supply Center, Cheatham Annex in Williamsburg, VA. It is GSA's intent to solicit this requirement through Full and Open Competition, utilizing Lowest Priced Technically Acceptable Source Selection procedures. The LPTA method, FAR 15.101-2, has been determined by the GSA Project Team to be in the best interest of the Government. The NAICS Code for this procurement is 238990. The resultant contract will be a firm fixed price contract. A preproposal conference rence is scheduled to be held on January 23, 2007 @ 11:00am in Building 1. It is imperative that no later than January 19, 2007 interested parties submit a list of personnel to Jimmy Knox at james.g.knox@navy.mil or by fax at 757-443-1114. Mr. Knox?s phone number is 757-443-1121 Information needed is as follows: Name of Company Name, DOB POB SS# The above will only apply to those contractors that do not already possess DOD stickers and DOD badges. Also, the driver must have the vehicle registration current and proof of insurance. No Privately Owned Vehicles are allowed into the FISC compound; therefore, contractors shall arrive in company vehicles. *****Without a vehicle pass, contractors will have to leave their vehicle in a parking lot outside the gate and walk in to Building 1 on the compound.(approximately 1/2 mile) Obtain badges and vehicle passes from the pass office at the Yorktown Naval Weapons station. Then they proceed up the interstate to the Cheatham exit and go to Cheatham Annex. We will be meeting in Building 1 at 11:00 which is about 1/2 mile after entering the Cheatham Annex gate. The work includes but is not limited to the milling and/or removal of existing deteriorated asphalt roadways, driveways, and concrete pavement as well as associated site work to correct drainage problems, and installation of new paving. The work shall be accomplished in a single phase. The approximate duration of the contract is six (6) months, which will include one base item and have four options. FAR Clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item may be included in this acquisition. The contract will also include the clause titled "Evaluation of Options" (FAR 52.217-5) except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The estimated cost for this construction project is between $1,000,000.00 - $5,000,000.00. For this procurement the GSA Project Team shall evaluate all properly received offers consistent with FAR 15.101-2, Lowest price technically acceptable source selection process?. As defined in FAR 15.101-2 (a) the lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. FAR 15.101-1 (b) (1) states that the evaluation factors and significant sub factors that establish the requirements of acceptability shall be set forth in the solicitation. The GSA Project Team shall utilize the following factors as requirements for acceptability; Factor 1) Firm shall list a minimum of five (5) projects completed in the past five(5) years of a similar scope of work that have a total contract value of at least $1,000,000.00. Submit a description of the project in no more than (2) paragraphs. Factor 2) Firm shall submit superintendent's resume demonstrating that he/she has 5 years of experience as a superintendent. Since the Contracting Officer has elected to utilize past performance as an evaluation factor the procedures detailed in FAR 15.305, ?Proposal evaluation?, shall be followed. All proposals received shall be evaluated for acceptability but shall not be ranked using non-cost/price factors. The subject solicitation includes Sensitive But Unclassified Building Information (SBU). For reasons of security and before release of SBU information, the requestor must complete and sign the attached "Document Security Notice to Prospective Bidders/Offerors". All prime contractors interested in submitting a proposal shall submit via e-mail a completed document security form. As indicated, the form shall be filled out with the proper information including a photocopy of a valid business license, DUNS number, and IRS tax ID number. This information shall be emailed back to Noel Willette at noel.willette@gsa.gov. Once the solicitation is available and the Security Form is received and verified, direction will be provided as to where the RFP, including plans and specifications, will be available. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. ____________________________________________________________________________________________________________________________________
 
Place of Performance
Address: Cheatam Annex, Williamsburg, VA
Zip Code: 23188
Country: UNITED STATES
 
Record
SN01211339-W 20070114/070114190828 (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.