Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

Z -- DOC A- Phase 2 Fit-Out Construction, Saint Elizabeths West Campus, SE, Washington, DC

Notice Date
9/24/2015
 
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
GS11P15MMC7000
 
Archive Date
9/30/2016
 
Point of Contact
AnnabelleBarnettContee, Phone: 2025617848, Bonnie M Echoles, Phone: (202) 561-7821
 
E-Mail Address
Annabelle.Contee@gsa.gov, bonnie.echoles@gsa.gov
(Annabelle.Contee@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
•TOTAL SMALL BUSINESS SET-ASIDE • THIS IS A PRE-SOLICITATION NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL •The U.S General Services Administration (GSA), Public Buildings Service, National Capital Region, announces the opportunity for a DOC A – Phase 2 Fit-Out Construction Contract for the US Department of Homeland Security (DHS) US Coast Guard Headquarters Building in SE Washington, DC •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 US Coast Guard Headquarters Federal Building, located at 2701 Martin Luther King Avenue SE, Washington, DC, is federal office building. • The US Department of Homeland Security (DHS) is located in SE Washington, DC. Contractor shall provide professional design services and all labor, materials, equipment and supervision for the Tenant Fit-Out Services DOC A Phase 2 Project. This project consists of several major elements: (1) Tenant fit-out for National Operations Center and Current Operations Division on lower level 3, (2) Installation of raised floor in empty shell spaces on lower levels 2 and 3 (included as Add Alternates #3a and 3b), (3) Fit-Out of new toilet and shower rooms on lower level 3 (with corresponding fit-out on lower level 2 included as Add Alternate #4), (4) Construction of a new egress stair (Stair D), serving lower levels 2 and 3, on the north side of the DOC and its associated exit to grade. (5) Installation of a new elevator (a4) serving all levels in an existing hoist way at the southeast corner of the building near Stair B (with the installation of adjacent elevator A3 as a Add Alternate #2), (6) Completion of the DOC’s Chemical/Biological/Radioactive (CBR) systems design, including modifications to communicating doors to the Coast Guard and Utility Tunnel and a three chamber decontamination suite (including showers) to serve those entering the DOC from the Center Building a CBR event (all included as Add Alternate #1), (7) Connection from the DOC to Stair Charlie in the Center Building, (8) Reconfiguration of the Interior of the existing DOC A entry pavilion on the ground level of the Coast Guard building to accommodate increased building occupancy. • The estimated price range is between $5.0M to $10.0M. •The contract duration is 365 days from the receipt of the Notice to Proceed. •SOLICITATION: •This solicitation will be made under FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) source selection. Lowest Price, Technically Acceptable means that the award will be made to the contractor whose price is lowest among all proposals that were deemed to be technically acceptable. The evaluation factors and significant sub-factors that establish the requirements of acceptability shall be set forth in the solicitation. The solicitation shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. •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. 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 October 9, 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. CERTAIN DOCUMENTS RELATIVE TO THIS PROJECT MAY BE DEEMED SENSITIVE BUT UNCLASSIFIED (SBU) BUILDING INFORMATION. RECIPIENT CONTRACTORS MUST BE REGISTERED AS “ACTIVE” IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE AT WWW.SAM.GOV AND HAVE A LEGITIMATE BUSINESS NEED TO KNOW SUCH INFORMATION. SBU BUILDING DRAWINGS THAT ARE PART OF THIS PROCUREMENT WILL BE ISSUED IN ACCORDANCE WITH FAR 5.102(A)(4) ON THE SECURE SIDE OF THE FEDBIZOPPS WEBSITE (HTTPS://WWW.FBO.GOV/), TO ALLOW LEGITIMATE REGISTERED VENDORS ACCESS TO THE DOCUMENTS FOR PROPOSING AND PRICING THIS PROCUREMENT. •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 the receipt and acceptance of Notice to Proceed. • 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. •TOTAL SMALL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P15MMC7000/listing.html)
 
Place of Performance
Address: Saint Elizabeths West Campus, 2701 Martin Luther King Jr Avenue, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN03901955-W 20150926/150924235550-9e6a63114403cc5bc867360bb315c26b (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.