Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

Z -- Construction Services for Museum Fire Sprinkler System Expansion at the Dwight D. Eisenhower Presidential Library and Museum, Abilene, KS 67410-2900

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAMA-07-SEM-0003
 
Response Due
8/27/2007
 
Description
The National Archives and Records Administration (NARA) announces intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for Museum Fire Sprinkler System Expansion at the Dwight D. Eisenhower Presidential Library and Museum, Abilene, KS 67410-2900. This procurement utilizes a ?best value? source selection process to enable NARA to select from among high quality contractors for this procurement. Past performance is considered with factors such as price in determining which contractor to select for the project. The Contract consists of expanding and modifying the existing fire suppression sprinkler system to provide coverage of the entire Museum building. Work must be phased to limit the construction zone to one area of the building at a time. Provide temporary protection including protection of exhibits and so that the public can pass through the construction zone in safe manner. This project includes but is not limited to: (1) Selective Demolition; (2) Cutting and Patching; (3) Temporary Facilities and Controls-Protection of existing facilities and exhibits; (4) Firestop Systems; (5) Finishes-Acoustical Tile Ceilings and Painting; (6) Fire Protection-Sprinkler System; (7) Fire Alarm-devices and wiring. The construction will be phased as the existing Museum and entire site will be occupied and must remain fully operational during the work. Contractor must plan and schedule work to maintain full services to all occupied areas. Estimated construction cost range is $300,000 to $350,000 dollars. Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet NARA requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be firm fixed price. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a Fire Sprinkler Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets all three (3) of the following characteristic: (a) construction included demolition; (b) the project size was not less that 15,000 gross square feet or the construction cost at award was not less than $100,000 dollars; c) Project was performed around an occupied building. PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a Fire Sprinkler Contractor responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 270 days for substantial completion. SUBCONTACTING PLAN (5%) This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAICS number is 238990 and the Small Business Size standard is $13.0 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 07/24/2007 and will be Due on or about 08/27/2007. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M, and the RFP Volume II, Project Manual (Technical Specifications and Drawings) will be issued by CD (pdf files) ONLY by request to the Contracting Officer from NARA, Space and Security Division (NAS), 8601 Adelphi Road, College Park, MD 20740. Ronald C. Noll, Contracting Officer is at Fax 301-837-3657. Otherwise ALL RFP Electronic files will be uploaded to this website. Preference will be given to firms specific to the NAICS and geographical location. This is the pre-solicitation notice, not the RFP.
 
Place of Performance
Address: 200 SE 4TH STREET, ABILENE, KANSAS
Zip Code: 67410-2900
Country: UNITED STATES
 
Record
SN01333317-W 20070704/070702221639 (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.