SOLICITATION NOTICE
Y -- USHMM IDIQ Construction - Package #1
- Notice Date
- 7/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- United States Holocaust Memorial Museum, Office of Finance, Department of Procurement, 100 Raoul Wallenberg Place, SW, Washington, District of Columbia, 20024-2126
- ZIP Code
- 20024-2126
- Solicitation Number
- RFP-9531-17-0004
- Archive Date
- 9/12/2017
- Point of Contact
- Ms. Patrill Smith, Phone: 202-314-0322, Chris Guy, Phone: 202-314-1782
- E-Mail Address
-
psmith@ushmm.org, cguy@ushmm.org
(psmith@ushmm.org, cguy@ushmm.org)
- Small Business Set-Aside
- N/A
- Description
- Davis Bacon Wage Determination Sample Cost Spreadsheet Past Performance Reference Checklist USHMM IDIQ Solicitation, SF1442 The United States Holocaust Memorial Museum (USHMM), Division of Operations, Office of Facility Services, has identified a requirement to acquire full range of General Construction support services, for its main campus and its Ross Administrative Center building, located South of Independence Avenue, SW, both between 14th and 15th Street, SW, and its Collections Facility located in Bowie, MD. The contractor shall provide electrical, cabling, general construction and demolition services to complete various projects. Services shall include, but are not limited to, all labor, materials, equipment, access and supervision, necessary to accomplish various repairs, alterations, restoration/modernization, demolition and other services. The Government's intent is to award up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ), Multi-award Construction contracts, to those offerors who proposals will provide the best value to the government, in terms of professional qualifications, specialized experience, past performance, location, management plan, sample past project, and cost spreadsheet. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The period of performance shall be for one (1) base year and four (4) one-year option periods. The selected firms will be competitively chosen in accordance with the Federal Acquisition Regulations and source selection procedures using the Best Value Tradeoff Process. The USHMM will evaluate proposals in response to this solicitation without discussions and will award a contract to the responsible offerors whose proposal, conforming to the solicitation, will be most advantageous to the Government. The USHMM; however, reserves the right to hold discussions with potential offerors, if necessary. The North American Industry Classification System (NAICS) code is 236220 with a size standard of $36.5 million. This acquisition is being solicited as a Total Small Business Set-aside. Offerors must register on the FedBizOpps website to have access to solicitation material. Firms must also be registered with System for Award Management www.sam.gov. For additional information, visit the FedBizOpps website, www.fbo.gov or the SAM website, www.sam.gov. Offerors may retrieve a current copy of the Davis Bacon Wage Determination by visiting https://www.wdol.gov. Offeror's are required to read through the entire solicitation packet, including the Statement of Work (SOW), in detail. To efficiently address all questions in a timely manner, offerors must submitted all questions in a one document format to Ms. Patrill Smith, Contract Specialist, at psmith@ushmm.org before or by 4:00 pm (ET), August 11, 2017. No phone calls will be accepted. Offeror proposals must be submitted in accordance with the Statement of Work, Section 9: Proposal Submittal Instructions. Offeror's not meeting Specialized Experience, per the SOW, will not be considered. Offeror's proposal packet must be received before or by 4:00 pm (ET), August 28, 2017, via email submission, to psmith@ushmm.org.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HMM/FM/WashingtonDC/RFP-9531-17-0004/listing.html)
- Record
- SN04602838-W 20170730/170728231928-9de0d8fa41a90a1aa337c2b8ea6d00b9 (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 |