Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOLICITATION NOTICE

Z -- General Construction Services to Provide Glass Fragmentation Upgrades for Various Child Care Centers

Notice Date
7/26/2010
 
Notice Type
Presolicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
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
GS11P10MKC0083
 
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) announces an opportunity for Construction Excellence in Public Buildings. Project Summary: GSA intends to award a firm-fixed price Design-Build contract for all design and construction services necessary to upgrade the specified windows in approximately 13 Child Care Centers. The estimated cost for the window upgrades is in the $400,000.00 to $600,000.00 range including anticipated travel costs. Project Scope: The project scope includes the installation of glass fragmentation film or blast catchment systems for the blast protection of windows on 13 GSA Child Care Centers (CCCs). These Child Care Centers include but are not limited to the following: Club Fed Child Care Center, Leo W. O'Brien Federal Building (Albany, NY); Joyful Noise East, Bonnerville Power Administration (Portland, OR); Commerce Kids, Herbert Clark Hoover Building (Washington, DC); Day Nursery, Minton Capehart Federal Building (Indianapolis, IN); Rainbow Castle Child Development Center, Robert A. Young Federal Building (St. Louis, MO); National Office Child Development Center, IRS (Washington, DC), DOT Childcare Center, Department of Transportation - FAA (Washington, DC); Street Daycare Center, John M. Hanley Federal Building (Syracuse, NY); Cleveland Fed Kids, Anthony J. Celebreeze Federal Building (Cleveland, OH); Ziggurat Child Development Center, Chet Holifield Federal Building (Laguna Niguel, CA); Shiela Watkins Child Development Center, Department of Energy (Germantown, MD); Uncle Sam's Place Childcare Center, Romano L. Mazzoli Federal Building (Louisville, KY); and Government Center Childcare Corporation, Thomas O. O'neill Federal Building (Boston, MA). All work will be performed in accordance with GSA authorized and approved standards. Procurement Strategy: The selection process will utilize a Two Phase Design-Build selection process in accordance with FAR 36.3 and Source Selection Procedures in accordance with FAR 15.3 negotiated procurement with tradeoff procedures. Stage I, Request for Qualifications (RFQ), shall result in a short list of offerors who will be invited to participate in Stage II of the procurement. Stage II, Request for Price Proposals (RFPP), shall result in the selection of the construction contractor whose offer provides the best value to the Government. In Stage I, the Government shall identify technical evaluation factors, other than cost or price, that are critical to this procurement and that will serve as the basis for the determination of the short list. When combined, all evaluation factors, other than cost or price, are approximately equal to price. Interested offerors will be required to submit their Stage I responses by the due date established in the RFQ. The Government will evaluate all responses in accordance with the criteria established in the RFQ. The Government will then notify each offeror in writing of whether or not it will be invited to participate in the RFPP based on the Stage I information submitted. In Stage II, the Government will issue the RFPP, including the Bridging Documents, to the short listed offerors from Stage I. The RFPP will serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFPP. Based on the Stage I and Stage II submissions, the Government will select the offer that reflects the best value to the Government. The Government reserves the right to make an award based upon evaluation of Stage I and Stage II submissions without discussions. The RFQ will be issued electronically on or about August 18, 2010, on the Internet at: http://www.fedbizopps.gov/. Opportunities for Other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including 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, or as subcontractors. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)) and FAR Subpart 19.702, an offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a subcontracting plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0083/listing.html)
 
Place of Performance
Address: Various Child Care Facilities Throughout the United States. Refer to listing in the Pre-Solicitation notice., United States
 
Record
SN02217223-W 20100728/100726234623-e69f6ce6a724c6e9bee946ab1f3a77a6 (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.