Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
MODIFICATION

Y -- WNRC Fire Alarm System - Drawing of Layout of the building

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Repair & Alterations Center 2 (47PM05), 7th & D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
GS-11-P-17-MA-C-0030
 
Archive Date
8/15/2017
 
Point of Contact
Jamal Magee, Phone: (202) 969 - 5508, Isaac Karto, Phone: 817-505-5020
 
E-Mail Address
Jamal.magee@gsa.gov, Isaac.Karto@gsa.gov
(Jamal.magee@gsa.gov, Isaac.Karto@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
There will be additional site visit on Tuesday, July 25, 2017 from 10am- 2pm. Contractors will have to rsvp to be allowed in the building. Contractors are allowed to rsvp day of. This constitutes a Request for Proposal (RFP) for the replacement of the Fire Alarm System. The construction firm selected must be capable of furnishing all management, labor, materials, equipment and transportation in support of general construction, as follows: the construction of a new fire alarm system. The contractor shall provide all engineering, programming, labor, material, wiring, supervision and testing to replace the existing building Fire Alarm "head end" Control equipment and building network fire alarm system control equipment at the Washington National Records Center, Suitland, MD. General Services Administration (GSA), National Capital Region 11, Office of Acquisition Division is the office soliciting, and who will administer the resulting contracts. In accordance with FAR 19.1405, this procurement is set aside exclusively for Service Disabled Veteran owned Small Business (SDVOSB) concerns. The work to be performed under the terms of this contract is the construction of a fire alarm system. Interested firms are to read the solicitation for more details, including drawings and specifications. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. A firm fixed price contract will be awarded to the firm offering the best value to the Government. Non-price technical evaluation factors when combined are significantly more important than price. The Government may or may not hold discussions on technical proposals therefore the Offeror's initial proposal should contain their best offer in terms of technical and price. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. The following Technical Evaluation criteria are listed in descending order of importance: 1. Key Personnel 2. Resource Availability 3. Technical Approach 4. Experience 5. Past Performance A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be around 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register 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. All attendees shall submit their full names, company name, and position to Mr. Jamal Magee no later than 9:00 AM, Tuesday, July 18, 2017. Personnel not included on the list of attendees will not be admitted to the site visit. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferably 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. Offerors will not be reimbursed for proposal submittal expenses. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab9241d3cb6226fa48ebfe9e8d510567)
 
Place of Performance
Address: 4205 Suitland Rd, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN04589859-W 20170723/170721234806-ab9241d3cb6226fa48ebfe9e8d510567 (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.