Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2017 FBO #5626
MODIFICATION

Y -- DHS Security Fence Completion St Elizabeths West Campus, SE Washington D.C.

Notice Date
4/17/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
GS-11-P-17-MK-C-0012
 
Archive Date
9/30/2017
 
Point of Contact
Nicole Dent, Phone: 2029695570, AnnabelleBarnettContee, Phone: 2025617848
 
E-Mail Address
Nicole.Dent@gsa.gov, Annabelle.Contee@gsa.gov
(Nicole.Dent@gsa.gov, Annabelle.Contee@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS TOTAL SET ASIDE FOR SMALL BUSINESS CONCERNS. The General Services Administration has a need to provide Phase 2 Security Fencing and Gate Construction (Level 5 security) for the Department of Homeland Security (DHS) Consolidation Project at the St Elizabeths West Campus located in SE, Washington, DC. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. Furnish and install approximately 2700 linear feet of Type 02 security fencing for the upper plateau. The Type 02 security fence will include conduit and power wiring for security lights, cameras, and vibration detection (power and pathways by contractor, security cameras, and vibration detection provided and installed by others). Furnish and install lifting hydraulic vehicle barrier, one rolling manual vehicle gate with security sensors, one locking personnel gate, and Jersey Barriers; boulders; one guard booth, ballistic-resistant glazing, air conditioning, power wiring and pathways for security equipment. Furnish and install Type 04 security fencing, Type 08 cable security fencing, Guard Booth, limited demolition of existing wall and existing Type 08 fence (historic materials to be undamaged and preserved per HP requirements), asphalt drive, sidewalk, rolling manual vehicle gate with sensors, and one locking personnel gate. Furnish and install an Inspection Pull-out Lane, to include 125 feet of 12 foot wide curbed pull-out with curbed merge transitions at each end, plus one 20x20 tented K9 facility. Furnish and install manufactured Security and Entry Screening Trailers measuring approximately 25x48 and 25x40 with interior walls, including concrete pads, personnel access walks and steps, power from existing campus sources, air conditioning, and pathways for installation of security equipment (by others). Removal and discarding of Phase I fencing, guard booth and hydraulic truck barrier. All materials to be recycled or stored per Government direction. All security equipment to be returned to or stored under the direction of Government. The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value from the selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non- price factors. The following non-price factors will be evaluated for acceptability : Factor 1 - Experience on Similar Projects Factor 2 - Key Personnel Factor 3 - Past Performance of Offeror The effort would have a performance period of approximately 6.5 months and a project cost not to exceed $4.0 Million. North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction and the Size Standard is $36.5 million. REQUST FOR INFORMATION RECEIPT DATE and TIME remains UNCHANGED as follows: Monday, April 17, 2017 by 12:00 PM, LOCAL Submit RFIs via email to the GSA point of contact listed below. Name: Nicole Dent, Contract Specialist Address: St Elizabeths West Campus,, Washington., DC Telephone: Cell: 202-341-7126 Office: 202.969.5570 Email: Nicole.Dent@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11-P-17-MK-C-0012/listing.html)
 
Place of Performance
Address: St Elizabeths West Campus, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN04475053-W 20170419/170417235025-74db49347a8febd47a80e67253f85b0f (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.