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

J -- Elevator Modernization at the GSA Headquarters Building in Washington, DC

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
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
GS11P17MKC0023
 
Archive Date
9/30/2017
 
Point of Contact
Bonnie E Echoles, Phone: (202) 561-7821
 
E-Mail Address
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL The U.S General Services Administration (GSA), Public Buildings Service, National Capital Region, announces the opportunity for a Design-Build Construction Contract for 1800 F St NW, Washington, DC. THE PROJECT: The General Services Administration (GSA) proposes a repair and alteration project to replace complete building conveyance systems at the GSA Headquarters Building ("1800 F") located at 1800 F Street NW in Washington, DC. Alterations will focus on completely replacing the obsolete elevators housed in the 0 and 3 wings; wing 0 (corridor parallel to F Street NW) has 3 elevator banks with 2 cars each and wing 3 (corridor parallel to 19th Street NW) has 1 elevator bank with 2 cars. The proposed project will rehabilitate the elevator system which includes up to 8 existing traction passenger elevators by providing a code compliant system that will improve safety, reliability, and serviceability. The estimated price range is between $2M to $4M. The contract duration is 12 months from the date of receipt of the Notice to Proceed. SOLICITATION: 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 Government will evaluate technical proposals on a pass/fail basis to determine if an offer meets the minimum technically acceptable requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. An unacceptable rating for any one factor makes the entire proposal unacceptable. Any costs incurred by offerors in preparing or submitting offers are the offerors' sole responsibility; the United States will not reimburse any offeror for any proposal preparation costs. The government will evaluate the lowest priced offer received first and if deemed technically acceptable the award will be made to that firm and no other proposals will be reviewed. The next lowest priced proposal will be evaluated if the lowest price is technically unacceptable and if deemed technically acceptable the award will be made to that firm. This process will continue until a technically acceptable proposal is identified for award. 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 The Offeror must demonstrate successful experience as a Design-Build Contractor (DBC) responsible for the construction of three (3) similar projects substantially completed within the last ten (10) years. FACTOR 2: Key Personnel The evaluators will review the experience and qualifications of key personnel to ensure proposed individuals have the relevant experience necessary to manage a project of similar complexity and scale. FACTOR 3: Past Performance of Offeror This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Experience necessary to manage a project of similar complexity and scale Source Selection Procedures The Government intends to solicit for design-build services utilizing full and open competition. It is GSA's intent to solicit this requirement through Full and Open Competition open to both small and large businesses by utilizing lowest priced technically acceptable source selection (LPTA) procedures. The LPTA method defined in FAR 15.101-2, has been determined by the GSA Project Team to be in the best interests of the Government. Experience, Key personnel, and Past Performance will be utilized as factors with minimum requirements. GSA anticipates awarding one firm-fixed price contract as a result of the solicitation. The RFP will be available on or about July 31, 2017. It is anticipated that the proposals will be due approximately 30 days after the RFP is released. The actual date and time will be identified in the RFP package. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. Offerors must be registered in the System for Award Management (SAM) www.sam.gov. A Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to the receipt and acceptance of Notice to Proceed. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 29% for small business (SB), 5% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), 3% for HUB Zone Small Business (HUBZ), and 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB) for fiscal year 2015. In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. An acceptable subcontracting plan must be agreed to prior to award. No telephone requests will be accepted. All inquiries must be in writing, preferable 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. 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. THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P17MKC0023/listing.html)
 
Place of Performance
Address: 1800 F STREET, NW, WASHINGTON, District of Columbia, United States
 
Record
SN04590199-W 20170723/170721235136-e8c8425be35bb3d4809e8a402e56b38f (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.