SOLICITATION NOTICE
Z -- Building Preservation Plans: Spokane & Port Angeles, WA - SF 1449
- Notice Date
- 7/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW, 2nd Floor, Auburn, Washington, 98001-6599
- ZIP Code
- 98001-6599
- Solicitation Number
- 10PCE-11-0047
- Archive Date
- 8/25/2011
- Point of Contact
- Tyease S. Fuller, Phone: 2539317618, Sue Saucier, Phone: 253-931-7127
- E-Mail Address
-
tyease.fuller@gsa.gov, sue.saucier@gsa.gov
(tyease.fuller@gsa.gov, sue.saucier@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 Attachment 2 Attachment 1 Spokane SOW Port Angeles SOW SF1449 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220 with a small business size standard of $33.5M of gross annual receipts from the last three years.. General Services Administration (GSA), Public Buildings Service (PBS), Design and Construction 10PCQ), is requesting Building Preservation Plan Services for Spokane, Washington Post Office/Federal Building and Port Angeles, Washington Federal Building under this requirement. Required Services : (See Scope of Work and attachments 1,2 &4) note: Attachment 3 has been intentionally omitted. Period of Performance : The period of performance for the contract will be for approximately seven (7) months. Volume I - Price Schedule: The Contractor shall provide pricing for the required services and include in Volume I of their proposal (See Attachment II). •· Provide lump sum pricing per CLIN. All amounts shall include direct costs and all associated costs (travel, per diem, etc.) •· Provide a breakdown of lump sum costs to identify labor classifications, rates, and hours. Note: Labor Categories may be substituted (if approved by GSA). The offeror's proposed pricing will be evaluated for fair and reasonableness. The proposal may be rejected if it is materially unbalanced. If the offer is unrealistically high or low in price it will be considered indicative of a lack of understanding of the complexity and risk associated with work performed under the resulting contract. If the offer contains an unrealistic price it will not be considered for award. Price proposals will be evaluated against other proposals submitted, in-house estimates and the current market prices during evaluations. The contractor's labor rate will be multiplied by the number of hours (minus discounts) to determine the total contract value. Evaluation of the contractor's price proposal shall include and evaluation to determine: - Fair and Reasonable Rates and Prices; - Discounted Rates for services; - Total Price of the Contractor's proposal The contractor is also advised that, although price does not bear a numerical rating, it shall be evaluated as stated in FAR Part 15.304. DO NOT SUBMIT PRICING IN THE VOLUME II - TECHNICAL PROPOSAL. Volume II - Evaluation Criteria: When combined, technical is more important than price. The evaluation criteria are (in order of importance): 1) Technical: The Contractor understands the required services. The contractor must respond to the required services, in detail. 2) Experience: The Contractor's specialized experience in Historic Preservation. 3) Experience of Key Personnel: Specialized experience is using GSA's Building Preservation Plan (BPP) Software. 4) Past Performance: Past performance of three references relating to the services above (cost control, business relations, capacity to accomplish the work in the required time and quality of work) Submission of Proposals : The Contractor's proposal is due on or before 2:00pm, P.S.T., Friday, August 10, 2011. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Ms. Tyease Fuller at tyease.fuller@gsa.gov in two separate volumes/emails: - Volume I: Price Proposal (Include a signed copy of the Standard Form 1449 and pricing). - Volume II: Technical Proposal (Response to Synopsis and Evaluation Criteria) "DO NOT SUBMIT PRICING IN VOLUME II - TECHNICAL PROPOSAL" The contractor may mail hard copies of Volume I and II to: US General Services Administration Attn: Tyease Fuller, Contract Specialist (10P2PCQ) General Services Administration 400 15 TH Street SW Auburn, WA 98001-6599 The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCC/10PCE-11-0047/listing.html)
- Place of Performance
- Address: Spokane Post Office/ Federal Building, Port Angeles Federal Building, Washington, United States
- Record
- SN02494314-W 20110713/110711234119-5c2e5870a5656bba86759436dd8ff7ff (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 |