Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2007 FBO #1893
MODIFICATION

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

Notice Date
1/30/2007
 
Notice Type
Modification
 
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
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Description
Project Location address is corrected to read: 801 N. Florida Ave., Tampa FL This is a Request for Technical Proposals, Stage I, for construction services. The General Services Administration intends to award a contract to the most technically qualified contractor. The estimated construction cost range is $5 million to $10 million. NAICS: 236220 Size Standard: $27.5 million. STAGE I TECHNICAL PROPOSALS ARE DUE ON FEBRUARY 20, 2007. A Stage I Pre-Proposal/Networking opportunity will be held on FEBRUARY 6, 2007 AT 1:00pm AT THE PROJECT LOCATION 801 North Florida Ave, Tampa FL, 33602. This session will cover the project scope, proposal submission requirements and evaluation criteria. A walk through site visit will not be held until Stage II. ***** 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 to 18 months after Notice to Proceed. Bonds, Insurance and Security Clearances for all on site workers will be required prior to start of work. ***** Prospective offerors must have a valid Central Contractor Registration (http://www.ccr.gov/), Dunn & Bradstreet Number and valid IRS Tax ID Number. In an effort to safeguard sensitive but unclassified acquisition related information you must register with Federal Technical Data Solution (FEDTeDs) at www.fedteds.gov. Solicitation documents will only be available at the FEDTeDS website through a link in FedBizOpps. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov <http://www.ccr.gov>) and then with FEDTeDS (www.fedteds.gov <http://www.fedteds.gov>). ***** PROJECT DOCUMENTS include, SOW dated January 24, 2006, Exhibits #1-4 and #6. All documents are available ONLY by link via this announcement. The list of plan holders will be based only on those requesting the Proposal Documents via FEDTeDS (see above) through the link contained in this announcement. Hardcopies of solicitation related documents will not be mailed. Bidders are responsible for producing their own print sets for their use. ******* This procurement is 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: 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. An advisory multi-step process will be utilized under FAR 15.202, where each respondent will be technically evaluated in Stage I for determination of viability and notified for advancement to Stage II. 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 Stage I TECHNICAL DATA EVALUATION FACTORS 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 FEBRYARY 6, 2007 to discuss and entertain questions relative to the scope of work and submission requirements. SEE EXHIBIT #1 for detailed explanation. Offerors will be required to submit a minimum of three (3) copies of technical data, not to exceed 50 pages. ****** STAGE II, a formal solicitation will be issued to contractors advancing from Stage I. Evaluation factors for Stage II, technical and cost, are as follows; (1) Qualifications and Experience of Key Lead Field Personnel; and (2) project management plan (3) cost. Additional and/or supplemental information, including building inspection/site visit, will be provided to the offerors advancing to Stage II round. In accordance with FAR Part 28.101 and 52.228-1, price proposals in Stage II 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. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA) a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. Update your ORCA record when necessary, but at least annually in order to maintain active status. ******* Submissions should be sent to GSA, PBS, 4PG, 401 W. Peachtree St NW, Suite 2500, Attn: Brenda Owens, Atlanta GA 30308 and marked as follows on the outside of the package: GS-04P-07-EX-C-0031-Stage I, Gibbons, Tampa FL
 
Place of Performance
Address: 801 North Florida Ave, Tampa FL
Zip Code: 33602
Country: UNITED STATES
 
Record
SN01222265-W 20070201/070130225856 (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.