Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

Z -- RECOVERY: Selective Demolition and Abatement within Various Historic Buildings, Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths Campus, SE, Wash., DC

Notice Date
6/18/2010
 
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
GS11P10MMC0010
 
Archive Date
9/30/2010
 
Point of Contact
Tiphenie W Wise-Traynham, Phone: 202-561-7817, Bonnie E Echoles, Phone: (202) 561-7821
 
E-Mail Address
tiphenie.wise-traynham@gsa.gov, bonnie.echoles@gsa.gov
(tiphenie.wise-traynham@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
American Recovery and Reinvestment Act Action Description: The General Services Administration announces an opportunity for Construction Services for the St. Elizabeths Campus Consolidation program, Southeast Washington, D.C. GSA anticipates using funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009 and possible funding from funds from the FY 2010 Omnibus Appropriations Act. Accordingly, the contract will be subject to unprecedented levels of transparency and accountability so Americans know where their tax dollars are going and how they are being spent. Mechanisms through special contract terms and conditions will be implemented to accurately track, monitor and report on taxpayer funds. The Recovery Act requires extensive reporting from the prime recipients of Federal funding. This may include special Buy American Act requirements, additional requirements for contractor reporting, and expanded Government Accountability Office (GAO) and Office of Inspector General (OIG) access to contractor records. In addition to HSPD-12 Security Requirements, this project contains FAR clauses specific to projects funded under ARRA. The competition threshold for this requirement is hereby waived as approved by the U.S. Small Business Administration (SBA) (June 9, 2009) under the authority of the American Recovery and Reinvestment Act (ARRA) of 2009 (Recovery Act). COMPETITION IS LIMITED TO ELIGIBLE 8(A) FIRMS REGISTERED AND CERTIFIED BY THE U.S. SMALL BUSINESS ADMINISTRATION. SBA specifically requires that this requirement "be competed only among those participants having a bona fide place of business within the geographical boundaries of one or more district offices within the state or nearby areas." This requirement is being offered under the General Services Administration (GSA) and Small Business Administration (SBA) Partnership Agreement, as amended, and set-aside under Section 8(a) of the Small Business Act authority 41 USC 253(c)(5). Project Summary: The General Services Administration (GSA) hereby notifies of the intent to issue an Invitation for Bid (IFB) for a construction requirement to perform Selective demolition and contaminant abatement removal and legal disposal of (at a minimum) asbestos containing materials, Lead containing surface coatings, potentially PCB containing light ballasts, mercury-laden fluorescent light bulbs and vapor lamps and possible other contaminants, in various select buildings at the St. Elizabeths Campus, Washington, D.C. The government anticipates awarding a single contract to one 8(a) entity. St. Elizabeths, a National Historic Landmark, is a former mental health hospital that was previously operated by the United States Department of Health and Human Services (HHS). The St. Elizabeths Campus is located on Martin Luther King, Jr. Avenue in the Anacostia neighborhood of Southeast Washington, D.C. The West Campus and a portion of the East Campus have been selected to meet the operational housing needs for the DHS. The West Campus, a 176-acre site, is situated on the "topographic bowl" of the District of Columbia and offers panoramic views of the city. The campus contains 62 historic buildings, 134 character defining landscape features and a historic cemetery, in which soldiers from the Civil War era, as well as former patients, are interred. Prospective Offerors' experience must include, but is not limited to, work performed on historic sites, with the National Historic Preservation Act Section 106 Process and within campus settings. The DHS Headquarters consolidation is a construction program involving multiple interdependent projects managed in a coordinated way to obtain benefits and controls not available from managing them individually. The individual projects are expected to include some or all of the following: The U.S. Coast Guard Headquarters; The DHS Headquarters and The Federal Emergency Management Agency (FEMA); Immigration Customs Enforcement (ICE), The Transportation Security Administration (TSA) and Customs Border Patrol (CBP); a Central Utility/Cogeneration Plant; a National Operations Center (NOC) and various infrastructure projects, including water, gas, sewer, power, and pedestrian and roadway networks. The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance to meet GSA and client agency requirements. The contractor will perform the tasked work in accordance with the terms and conditions of the contract. The estimated contract cost range for this effort is between $500,000 - $1.0 million. The Construction Performance Period shall not exceed ninety (90) calendar days after receipt of Notice to Proceed. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $33.5 million. At a minimum, the work is to be carried out in accordance with GSA standard specification sections: Section 01546-Safety & Health, Section 02089-Small PCB Items and Mercury Lamps, Section 02085- R Asbestos Roofing Removal Procedures, Section 02085 Asbestos Abatement Procedures, Section 02090-Control of Lead-Based Paint. The Invitation for BID (IFB)) will be posted online at the Federal Business Opportunities website http://www.fbo.gov. The Government intends to upload the documents on or about 15 calendars after this notice appears. Bids will be due no less than 30 days later. A site visit will be conducted about 10-15 days after issuance of the IFB. The date will be finalized when the IFB is posted. The IFB documents will only be available electronically. This FBO website provides instructions for downloading the RFP. GSA will not maintain a bidders' list for this solicitation. The www.fbo.gov website, however, does establish and maintain an Interested Vendors Listing (IVL). Although not mandatory, offerors are strongly encouraged to register to receive notification of upload of the IFB at this site and register on the Interested Vendor List (IVL). Award will be a firm fixed price (FFP) contract resulting from a competitive IFB. It is intended that award will be made to the lowest priced responsible bidder whose bid, conforming to the invitation, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. Responsibility is predicated on receiving a past performance rating of Substantial Confidence and receiving acceptance and approvals on all HazMat plans. Any questions regarding this notification should be directed to the Contract Negotiator/Specialist or Contracting Officer whose name appears herein. Potential bidders will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov ) and Online Representations and Certifications Application (ORCA - http://orca.bpn.gov ), and be certified by the US Small Business Administration as an 8(a) business concern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MMC0010/listing.html)
 
Place of Performance
Address: 2701 Martin Luther King Avenue, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02182478-W 20100620/100618235141-5ab237d63da993a5cc143a9da68b3034 (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.