Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

Y -- RECOVERY-2009 STIMULUS PROJECT-San Juan FBI Consolidation Project for a General Contractor (FBI Garage) Pre-Solicitation

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-10-DT-C-0005
 
Point of Contact
Claudia Y Rivera, Phone: 212 264-5244, Dorothy Daloia, Fax: 212-264-0588
 
E-Mail Address
claudia.rivera@gsa.gov, dorothy.daloia@gsa.gov
(claudia.rivera@gsa.gov, dorothy.daloia@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY 2009 SIMULUS PROJECT Pre-Solicitation Notice: The General Services Administration (GSA), Northeast and Caribbean Region is seeking qualified General Contractors (GC) interested in providing construction services for a Federal Parking Garage. The project must conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS) and allow for the achievement of Leadership in Energy and Environmental Design (LEED) credits, so that the project in its entirety can be considered for future LEED ratings. The GC services of a new Federal Parking Garage to be located in San Juan, Puerto Rico. The building will be located at 150 Carlos E. Chardon Street which is on an existing 27 acre federal campus located in the Hato Rey area of San Juan. This procurement is for the selection of a qualified GC. The selected GC will provide construction and landscaping services for this new federal Parking Garage that will be approximately 16,000 square meters (172,223 sf) and that will house 500 parking spaces and will be 3.5 stories high. The Garage will be constructed with concrete columns and slabs supported by concrete spread footing foundations. Construction elements include but are not limited to steel stairs, fire protection, photo-voltaic system, lighting, electrical and two hydraulic elevators. The site in which the Federal Garage will be situated is on approximately 6 acres of land and will involve new site roadways, walkways, site lighting and landscaping. A new entrance to the site will be created to line up with Hostos Avenue at Chardon Avenue. Upon aligning of the roads, traffic control systems, pavement striping, bollards, concrete barriers and signage will be required. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. The Estimated Construction Cost Range for this project is between $15,000,000 and $25,000,000. Funding for the design of this project was requested as part of the American Recovery and Reinvestment Act (ARRA) of 2009 (recovery.gov). A portion of this funding was used by the General Services Administration to procure the services of an A/E firm to create a master plan for the site and design of this parking garage. This procurement will be negotiated utilizing FAR Part 15 Source Selection Procedures using the Best Value/ Trade-off process. For this procurement the evaluation factors, when combined, will be equal to price. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202); based on a final negotiated or accepted price, to the contractor that offers the best value to the Government. The Request for Proposals (RFP) is scheduled to be issued on or about January 4, 2010, via FedBizOpps (https://www.fbo.gov/). The technical factors for the RFP are tentatively as follows: (#1) Experience and Past Performance on Similar Projects; and (#2) Qualifications of Key Personnel. Upon receipt of the narrative responses, the Technical Evaluation Board (TEB) will evaluate each submission. The TEB will reach a consensus rating for each firm. The firms will be ranked in order of preference based on their final ratings. After the firms have been ranked, an evaluation will be made of the price proposals from the offerors who meet the minimum technical criteria. Discussions with offerors may be necessary. The Government reserves the right to award without conducting negotiations. This procurement is open to small and large business concerns. Before award of the contract, the business concern (if not a small business concern), shall be required to present an acceptable, proactive subcontracting plan, pursuant to FAR Part 19.7. GSA’s Socio-Economic Program goals are below, but contractors should develop their own goals with these in mind: Small Business (37%), Small Disadvantaged Business (6%), Small Woman-Owned Business (5%), HUBZone Business (3%), Veteran-Owned (5%), and Service-Disabled Veteran-owned business (3%). Failure to submit and/or comply with the minimum requirements of the subcontracting plan will render the offeror unacceptable. All questions and clarifications regarding the project documents shall be put in writing and submitted to the Contracting Officer. Production costs and proposal preparation costs are at the expense of the offeror. A Site Visit / Pre-Proposal Conference will be held for this procurement. The date and time will be posted on the FedBizOpps (estimated date is on January 20, 2010). The purpose of the conference will be to discuss the projects and address any questions or concerns and to provide offerors the opportunity to visit the site. All correspondence in response to this announcement must be clearly indicate the Solicitation No. GS-02P-10-DT-C-0005. This project is being funded by the American Recovery & Reinvestment Act 2009. Reporting Requirements from the contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. If you have questions and comments regarding this acquisition contact Dorothy Daloia, Contracting Specialist at dorothy.daloia@gsa.gov or at 212-264-4234.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-10-DT-C-0005/listing.html)
 
Place of Performance
Address: San Juan, Puerto Rico, San Juan, Puerto Rico, United States
 
Record
SN02022610-W 20091213/091211235753-cfe256e2f42726c59911f6c97ba456ce (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.