Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2015 FBO #5090
SOLICITATION NOTICE

Z -- Restoration of Wood Paneling

Notice Date
10/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Chicagoland Contracting Team (5P2PQBA), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
GS-05-P-16-SI-C-7001
 
Point of Contact
Joel Doucette, Phone: 3123530797, Lisa M Gonzalez, Phone: 312-886-4106
 
E-Mail Address
joel.doucette@gsa.gov, lisa.gonzalez@gsa.gov
(joel.doucette@gsa.gov, lisa.gonzalez@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide General Construction Services for the Restoration of Wood Paneling Project at the U.S. Post Office located at 211 S. Clark Street in Chicago, Illinois. The procurement will be issued as a lump sum, firm fixed-price contract open to all business concerns. The estimated total construction cost for the project falls within the range of $1,000,000 to $5,000,000. The NAICS code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. Project Scope: The intent of the project is to repair and restore historic wood paneling, wood doors, wood trim work, as well as other associated woodwork. The project will also include the fabrication and installation of a new decorative bronze metal railing system to protect the woodwork from future damage. The Loop Station Post Office building is listed on the National Register of Historic Places, so all work must be performed in accordance with the Secretary of the Interior's Standards for Rehabilitation. The duration of the contract is 210 calendar days from Notice to Proceed to Final Completion. The "best value trade-off process" will be utilized in this procurement for the evaluation of offers and the selection of the successful Offeror to receive the award. The Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical factors will be significantly more important than price. The technical factors will include past experience on similar projects, experience of key personnel and past performance on similar projects. Small Business Participation: This procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. The offeror will be required to provide the maximum practicable opportunities for small, disadvantaged, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned business concerns. Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. Interested Parties/How to Offer: The solicitation package will only be available electronically. The solicitation package will be available on or about November 16, 2015. Potential Offerors will be responsible for downloading the solicitation package from the FedBizOpps website, https://www.fbo.gov, and for monitoring for possible amendments and/or additional information. A pre-proposal conference and site-visit will be held on or about December 1, 2015 and notification to the Contract Specialist of proposed attendance will be required. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. The offers are due on or about December 16, 2015 at 4:00 pm. (CST). In order to be eligible for award offerors are required to provide electronic representations and certifications in System for Award Management (SAM) accessed via https://www.acquisition.gov. Any questions regarding this notification should be directed to the Joel Doucette, Contract Specialist at joel.doucette@gsa.gov or Lisa Gonzalez, Contracting Officer at lisa.gonzalez@gonzalez.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6a7f6ac8e04fde98e3b443331841d0e)
 
Place of Performance
Address: 211 S. Clark St., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN03933728-W 20151031/151029234916-d6a7f6ac8e04fde98e3b443331841d0e (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.