Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

Y -- Veterans Administration Regional Office, Columbia, SC Demolition and Site Work - (Draft)

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-15-BV-C-0003
 
Point of Contact
Dwayne Ogletree, Phone: 4045627752
 
E-Mail Address
dwayne.ogletree@gsa.gov
(dwayne.ogletree@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination Statement of Work SF Form 1442 Rep and Cert. Agreement Solicitation Notice Type: Solicitation Request For Proposal The General Services Administration (GSA), Public Building Service (PBS) Region 4, Acquisition Management Division is to issue a RFP to perform a complete demolition and site work of the Veterans Administration Regional Office Federal Building located at 1801 Assembly Street, Columbia, SC 29201-2401. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. This requirement is 100% set aside for Historically Underutilized Business Zones (HUB-Zone) in accordance with FAR 19.1305 and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in accordance with FAR 19.1405. The North American Industry Classification System (NAICS) code for the work is 236220; small business size standard is $33.5 million. All responsible firms may submit an offer. The government will evaluate all technical proposals on a pass/fail basis to determine all offers that meet the minimum technically acceptable requirements. The award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors of experience and past performance. Period of Performance for this requirement shall be 186 calendar days. The project range is between $2,000,000 and $2,500,000. Project: The project is required to perform a demolition and site work to VARO Federal Building. The five story structure shall be removed and basement walls shall be cut to height below future parking surface. Basement is to be filled with fill dirt and compacted in accordance with applicable codes and standards. All demolished materials are the responsibility of the Contractor and shall be disposed of by the Contractor. Two options are as following: Remove all existing underground footings, utilities such as water lines, sewer lines, electrical wiring etc. and properly cap at the source. Fill and compact to accommodate the topographical survey of the site for proper storm water drainage and provide grassing to these areas. An additional 30 days will be provided for this option. Remove and dispose of all ice storage tanks and related equipment. Fill and compact area to accommodate the topographical survey of the site for proper storm water drainage and provide grassing. Demolition shall not disturb the adjacent Child Development Center's playground. An additional 30 days will be provided for this option. Site visits will be conducted by appointment only at the times and dates specified by the point of contact shown below. To arrange for a site visit, contact: Name: Manny Vahanian Address: 77 Forsyth Street SW Telephone: (404) 331-0229 Email: manuel.vahanian@gsa.gov Proposals shall consist of the following documents, completed and executed in accordance with this Solicitation: (1) Price Proposal (2) Technical Proposal (3) Representations and Certifications (C301) (4) Bid Guarantee, using Standard Form 24 (5) GSA Form 527 - Contractor's Qualification and Financial Information (6) Other Documents as Required Firms responding to the solicitation notice shall submit one electronic copy of the required price and technical information. The submission should be in an 8 1/2'" x 11" bound format and should be organized to correspond with the evaluation factors listed below. Electronic submission should be a PDF file (read only). The total submission should not exceed 40 double-sided pages (excluding Cover Page, Table of Contents, and/or Section Separators), one-inch margins, and in a font not less than 12 pitch in size; fonts style is optional. Additional pages cannot be evaluated. Proposals must be current. GSA shall evaluate all responses in accordance with the criteria stated in the Federal Business Opportunity (FedBizOpps) website. Submission shall include two separate volumes: Volume I - Price Proposal and Volume II - Technical Proposal. Refer to the attached documentation for all requirements. Should there be questions and/or clarification is required, submit inquires electronically to Dwayne Ogletree; dwayne.ogletree@gsa.gov. The last day to submit inquires is 15 calendar days before the proposal close date. Submit proposal electronically to Dwayne Ogletree; dwayne.ogletree@gsa.gov. on or before the proposal Due Date and time; 4:00 p.m. Eastern Standard Time, Monday, June 8, 2015. All proposals must be submitted electronically (scanned documents) on or before the due date and time. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at http://www.sam.gov or by contacting SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquires must be in writing and will be available on the aforementioned FBO posting. Offeror's will not be reimbursed for proposal submittal expenses. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for any offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-15-BV-C-0003/listing.html)
 
Place of Performance
Address: Veterans Administration Regional Office Federal Building located at 1801 Assembly Street, Columbia, SC 29201-2401., Columbia, South Carolina, 29201-2401, United States
Zip Code: 29201-2401
 
Record
SN03724275-W 20150509/150507235537-2040a8f736be41f630f2e06a7aec1dae (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  © 1994-2020, Loren Data Corp.