Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

Z -- GENERAL CONSTRUCTION (GC) SERVICES FOR THE HARRY S TRUMAN MODERNIZATION, PHASE 1B BID PACKAGE 3 AND 4, WASHINGTON, DC

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P10MKC0004
 
Point of Contact
Chrischanda S. Smith, Phone: (202) 358-3573
 
E-Mail Address
chrischanda.smith@gsa.gov
(chrischanda.smith@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) intends to issue a Request for Proposal (RFP) for General Construction Services for Phase 1B, Bid Package 3 and 4 in support of the Modernization of the Harry S Truman Building, located at 2201 C Street, NW, Washington, DC. Phase 1B Bid Package 1, for demolition and hazmat removal is complete. Phase 1B Bid Package 2, for the installation of new windows and structural work is in progress and will be completed prior to issuance of the Notice to Proceed for Bid Packages 3 and 4. Bid Package 3 includes the core and shell construction and Bid Package 4 is the tenant fit out. This contract will include but not be limited to installation of new mechanical, electrical and plumbing, fire detection and suppression, and security systems in addition to communications cabling as well as construction of partitions, finishes and painting. The base contract consists of constructing administrative space, private offices, open space offices, conference and training rooms, corridors, lobbies, pantries, toilet rooms, historic common spaces, Data Center(s), etc. Option 1 consists of a phased renovation of the cafeteria. The project encompasses the refurbishing of escalators and elevators. GSA intends to award a firm-fixed price contract for all construction services necessary to construct Phase 1B Bid Packages 3 and 4. The estimated construction cost of this 208,000 GSF modernization is in the $50 million to $60 million dollar range. Phase 1B Bid Packages 3 and 4 are located within an occupied, secure, historic, high-profile facility. The construction duration including commissioning is 18 months from Notice to Proceed for the Base Contract and 24 months for Option 1. The project will be submitted for US Green Building Council Leadership in Energy and Environmental Design (LEED) Silver Certification. All work will be performed in accordance with GSA authorized and approved standards. The selection process will utilize Source Selection Procedures in accordance with FAR Subpart 15.3. This negotiated solicitation is open to both small and large business firms. The firm (if not a small business concern) shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507, as part of its proposal. Consideration is open to established, qualified firms, which currently have active, properly staffed offices within the continental United States (including subcontractors). The pre-solicitation conference/site visit is scheduled for 10:00 A.M., December 8, 2009, at the Harry S Truman Building, Washington, DC. The RFP will be issued on or about December 11, 2009 on the Internet at: http://www.fedbizopps.gov. The construction drawings and specifications for this project will only be provided to those firms who satisfy the following requirements: All qualified firms interested in obtaining the Construction Documents must provide the Contract Specialist, Chrischanda Smith, with the following, at the time and date(s) specified in the RFP, for documentation dissemination: a copy of your firm's business license, a signed copy of the Document Security Form (Available on the FedBizOpps website), and a certified check for $2,500.00 per set of construction drawings and specifications made payable to the General Services Administration. These documents will be available for pick up at the GSA, Regional Office Building, Bid Room No. 1065 located at 301 7 th & D Streets, SW, Washington, DC. Prime firms and subcontractor firms will be responsible for returning all documents released to their firm to the GSA. Upon receipt of the Construction Documents issued, GSA will return the deposit. To ensure adequate document supply, notify Chrischanda Smith via email at Chrischanda.Smith@gsa.gov with the projected number of full-size and half-size drawings and specifications your firm will require. All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Contractor personnel requiring access to classified information or areas requiring a security clearance must also possess Secret personnel security clearances. Subcontractors who will require access to classified information or areas must also possess a DoD Secret FCL and provide specific personnel with personnel security clearances. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of final selection of the successful offeror will be allowed for the selected firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another qualified firm. These requirements apply to joint ventures as well; each entity comprising a qualified joint venture, as well as the joint venture itself, must possess or be able to obtain a Department of Defense (DoD) Secret facility clearance (FCL).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0004/listing.html)
 
Place of Performance
Address: 2201 C Street, NW, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02001823-W 20091112/091110235806-d35ad69ff46ae12e5910b483f8ea3e7d (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.