Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOLICITATION NOTICE

Z -- General Construction Services for the Sidney Yates Exterior Restoration Project in Washington, D.C.

Notice Date
7/10/2015
 
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
GS-11P-15-MK-C-0032
 
Archive Date
1/5/2020
 
Point of Contact
Patricia L. Sylvester, Phone: (202) 260-6889, Bonnie M Echoles, Phone: (202) 561-7821
 
E-Mail Address
patricia.sylvester@gsa.gov, bonnie.echoles@gsa.gov
(patricia.sylvester@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSALS. The General Services Administration, Public Buildings Service, National Capital Region, intends to issue a Request for Proposal for Construction Services for the Sidney Yates Exterior Restoration Project, located in Washington, D.C. The National Capital Region (NCR) includes the District of Columbia; Montgomery and Prince George's Counties in Maryland; Arlington, Fairfax, Loudoun, and Prince William Counties in Virginia; and all the independent cities in Maryland or Virginia within the geographic area bounded by their outer boundaries. The Project: The Sidney Yates Building is located at 14 th & Independence Avenue, SW, in Washington, D.C. The building is five stories, with a full basement, approximately 188,000 gross square feet, serves as the headquarters of the United States Forest Service, and contains a child development center. The building will remain occupied throughout the entire construction period. The Yates building was listed in the National Register of Historic Places in 1978. The building is subject to the requirements of Section 106 of the National Historic Preservation Act of 1966. Construction services for the Sidney Yates Exterior Restoration Project include, but are not limited to: re-pointing mortar and masonry repairs, installing metal flashing on masonry bands, window repainting with localized repairs and metal capping of transom bars, and perimeter gutter replacement. In addition, there will be some repairs to moats and moat railings, and repainting of doors, lamps posts, etc. All work will be carried out in accordance with historic preservation requirements and overseen by a Project Conservator and GSA Preservation Officer. One option for field office space may be included in the RFP. Cost range for the project is between $20.0M to $25.0M. The period of performance will be two (2) years from notice to proceed. The Solicitation: This solicitation will be made under FAR 15.1 Source Selection. Award will be made to the offeror whose proposal conforms to all requirements of the solicitation and is considered to be most advantageous to the Government, cost or price and other factors considered. As technical proposals become more equal in their technical merit, the evaluated cost or price becomes more important. The North American Industry Classification System (NAICS) code for this work is 236220; Small Business Size Standard is $36.5 million. All responsible firms may submit an offer. This is a competitive negotiated acquisition governed by procedures in FAR 15. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures per FAR Subpart 15.3. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included in the RFP. GSA anticipates awarding one firm-fixed price contract as a result of the solicitation. The RFP will be available on or about July 27, 2015. It is anticipated that the proposals will be due approximately 30 days after the RFP is released. The actual date and time will be identified in the RFP package. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. 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. Offerors must be registered in the System for Award Management (SAM) www.sam.gov. A Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to receipt of Notice to Proceed. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 29% for small business (SB), 5% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), 3% for HUB Zone Small Business (HUBZ), and 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB)) for fiscal year 2015. In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. An acceptable subcontracting plan must be agreed to prior to award. No telephone requests will be accepted. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. 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; therefore, 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 an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-15-MK-C-0032/listing.html)
 
Place of Performance
Address: 1400 Independence Ave., SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN03792617-W 20150712/150710234636-8eb6c1b1291a447051325d99df58e79d (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.