Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

Y -- Tenant Fit-Out/Improvements (VA-Lafayette Building)

Notice Date
4/15/2016
 
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
Notice(TenantFitOut)
 
Archive Date
5/30/2016
 
Point of Contact
Mary Pineda, Phone: 202-205-8468, Theophilus Hlovor, Phone: 202-260-4372
 
E-Mail Address
mary.pineda@gsa.gov, theophilus.hlovor@gsa.gov
(mary.pineda@gsa.gov, theophilus.hlovor@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL The General Services Administration (GSA) intends to issue a Request for Proposal (RFP) for General Construction services on the VA Tenant Improvements (Floors 1-7) project, in the Lafayette Building, Washington, DC. This project will require interior fit-out to approximately 281,000 gross square feet of warm lit shell to meet the needs of the Veterans Administration. This fit-out project will include the following types of spaces on floors 1-7: - Office spaces (both permanent walls and demountable partitions) - Core conference spaces - Training room - Computer rooms - Audio/Visual studios - Storage spaces All areas will require interior finishes, suspended ceilings, light fixtures, and adjustment of fire protection systems. The building will remain fully functional and partially occupied throughout the project, requiring coordinated phased construction. 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. This procurement will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507. The RFP will be issued on or about 15 May 2016 on the Internet at: http://www.fbo.gov and Specifications and Drawings will be issued via "physical distribution" on or about 19 May 2016 at a place designated in the RFP. Proposals will be due on or about 30 days after physical distribution of Specifications and Drawings. The estimated price range for the Project is between $15 and $20 Million. Period of Performance is approximately 270 calendar days from the date of Notice to Proceed. NAICS Code: 236220. All firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. Offerors will not be reimbursed for proposal submittal expenses. ​
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/Notice(TenantFitOut)/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN04086162-W 20160417/160415234806-b8a1e7bc39fb788b13af76e04f480c79 (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.