Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Z -- Burlington Court Renovations

Notice Date
5/18/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R1 Acquisition Management Division (47PB00), 10 Causeway Street, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
GS-01-P-17-BW-C-0012
 
Point of Contact
Michele Valenza, Phone: 6175658508, Heather L. Simpson, Phone: 6174069841
 
E-Mail Address
michele.valenza@gsa.gov, heather.simpson@gsa.gov
(michele.valenza@gsa.gov, heather.simpson@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Pre-Solicitation notice for construction court reconfiguration project, Burlington Court Federal Building, 11 Elmwood Ave, Burlington, VT 05401. This project is for the construction services at the United States District Court (USDC), Burlington, VT and requires renovations on various floors. This acquisition is to obtain the services of a general contractor to perform the renovations. The project includes eight (8) phases of construction to be completed on the 2 nd, 4 th and 5 th floors. This project includes providing all the labor and materials required to complete this project. This work includes, but not limited to, HVAC, Electrical, construction, finishes, demolition, controls, cabling, environmental remediation. This is an occupied and functioning courthouse, therefore this work needs to be accomplished while minimizing disruption to the existing courthouse operations. Since the building will be occupied during construction, and the building has limited swing space, the construction has been broken up into 9 areas, which will be completed in 8 different phases of construction. The Contractor's schedule must allow for phasing of construction which follows the specific phasing as shown on the contract drawings. The contract performance period for this work is approximately 24 months from issuance of the Notice to Proceed with an anticipated project start date of Fall 2017. THIS SOLICITATION IS A 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. This will be a competitive procurement, using FAR Part 15 SOURCE SELECTION PROCESS, BEST VALUE - LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) procedures, resulting in a firm fixed price contract. The appropriate North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $15.0 million dollars. Estimated magnitude of construction, per FAR 36.204 - Disclosure of the Magnitude of Construction Projects, is between $1,000,000 and $5,000,000. All individuals working on this project will be required to obtain security clearances. Lowest Price Technically Acceptable Source Selection Process is the approach for this procurement and best value is expected to result from selection of the technically acceptable proposals with the lowest evaluated price. The solicitation will require offerors to submit technical and price proposals. Offers will be evaluated on technical capability based on a pass/fail bases. The offorers whose qualified technical proposals pass the evaluation process, price will then be reviewed, and contractor with the lowest price will be awarded the contract. Tentative Evaluation Factors are listed (and will be evaluated based on a pass/fail bases): 1. Schedule, 2. Staffing Plan, 3. Management Plan, 4. Similar/Past Experience. This procurement is using FAR Part 15 procedures, and therefore will NOT conduct a public bid opening. The solicitation, agreement, specifications, drawings and other applicable documents will be available on or about June 1, 2017, for electronic download from the Federal Business Opportunities website at www.fedbizops.gov. Contractors are responsible for printing the solicitation and all related documents. It is the Offeror's responsibility to monitor the site at www.fbo.gov for the release of any amendments and/or other notifications of any changes to this solicitation. The Government reserves the right to cancel this solicitation. Per FAR 28.102, Performance and Payment Bonds will be required by the successful offeror in the penal amount of 100 percent of the contract price prior to award. A Pre-Proposal Conference will be conducted. The solicitation will provide a date, time and location for the Pre-proposal Conference. CONTRACTORS ARE REQUIRED TO REGISTER WITH THE System for Awards Management (SAM). Information regarding registration can be found at http://www.sam.gov. Should there be any questions, please contact Michele Valenza, Contracting Officer, at 617‑565‑8508 or via e-mail at michele.valenza@gsa.gov. Due date of Offers will be specified in the solicitation Documents. All offers are to be submitted to Michele Valenza, Contracting Officer, General Services Administration, Acquisition Management Div., Thomas P. O'Neill, Jr., Federal Building, 10 Causeway Street, 11 th Floor, Boston, MA 02222.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/GS-01-P-17-BW-C-0012/listing.html)
 
Place of Performance
Address: 11 Elmwood Ave, Burlington, Vermont, 05401, United States
Zip Code: 05401
 
Record
SN04514658-W 20170520/170519000622-8f7188f9212592f7ea40458a2ae6fe6b (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  © 1994-2020, Loren Data Corp.