Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

Z -- Pre-Solicitation� ABAAS Compliance at Ron De Lugo US Courthouse, St. Thomas, USVI

Notice Date
2/16/2023 10:58:46 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 REPAIR AND ALTERATIONS BRANCH NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0223R0011
 
Response Due
3/3/2023 2:00:00 PM
 
Point of Contact
Belkys H Torres Rivera, Phone: 646-957-1729
 
E-Mail Address
belkys.torresrivera@gsa.gov
(belkys.torresrivera@gsa.gov)
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a Request for Proposal. Construction Services Contract for Architectural Barriers Act Accessibility Standard (ABAAS) Compliance at Ron De Lugo Federal Building and U.S. Courthouse, Saint Thomas, U.S. Virgin Islands Reference is made to SAM Sources Sought No. 47P0223R0011, posted on December 8, 2022. All solicitation posts and updates for the ABAAS Compliance project will be posted to Solicitation No.47P0223R0011.�� The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (Region 2) intends to issue a Request for Proposal (RFP) for a qualified General Contractor to provide construction services for the Architectural Barriers Act Accessibility Standard (ABAAS) Compliance at Ron De Lugo Federal Building and U.S. Courthouse, St. Thomas, USVI. The Ron De Lugo Federal Building and U.S. Courthouse is located in Charlotte Amalie, the Capital and largest city of the U.S. Virgin Islands in the island of St. Thomas. The Ron De Lugo Federal Building and U.S. Courthouse is situated on a prime waterfront location on the east side of Charlotte Amalie. The asset, constructed in 1977, is also situated next to the Territorial Court for the U.S. Virgin Islands. The building is comprised of three stories and consists of 92,996 GSF. The building operations are Monday through Friday, 7:00 AM to 6:00 PM.� �The project for Architectural Barriers Act Accessibility Standard (ABAAS) Compliance at Ron De Lugo Federal Building and U.S.Courthouse in St. Thomas, USVI includes, but is not limited to providing all labor, materials, tools, and equipment necessary to make necessary limited improvements to the federal facility in order to bring it into compliance, to the maximum extent possible, with the ABAAS Standards. These include: Accessible routes at interior and exterior of building: For site arrival points (from visitor and employee parking). Includes repair and construction of sidewalks, ramps, curb ramps and handrails.�� General site and building elements: Repairs and construction of nine (9) accessible parking spaces for employees. Includes concrete sidewalks, curb & gutters, asphalt, seal coating, traffic paint and signage. Plumbing elements and facilities: Renovation of approximately 1,100 SF of public bathrooms located at the 1st, 2nd and 3rd floor. Includes general demolition, CMU walls, ceramic tiles, suspended ceilings, bathroom equipment, bathroom accessories, bathroom partitions, doors, frames, hardware, potable and sanitary piping and ductwork. This requirement will be solicited for Full and Open Competition, and the Government shall select the contractor under FAR Part 6.1 Federal Acquisition Regulation (FAR) guidelines. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Administration standard of 45 million dollars in annual receipts averaged over the last three (3) completed fiscal years. This project shall be performed by an experienced Contractor that has performed similar work. The estimated performance period is 240 calendar days, including Base + Options. The magnitude of construction for this project is between $1,000,000 and $5,000,000. The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1-Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR15.101). This process permits tradeoffs among cost or price and technical factors It allows the Government to accept other than the lowest priced offeror or different than the highest technically rated offeror. For this procurement, the technical evaluation factor when combined will be approximately equal to cost or price. The best value method is essential to evaluate and compare costs and prices to select the most advantageous offer. The planned project delivery method will result in a Firm-Fixed-Price contract for construction services. GSA anticipates issuing the Request for Proposal (RFP) on or about March 3, 2023, with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the https://sam.gov website.� No telephone requests will be accepted, and no paper copies will be mailed to prospective offerors.�� There is expected to be a Pre-Proposal conference and site walk-through. Information and details will be posted on the https://sam.gov website Solicitation No. 47P0223R0011 posting.�Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at https://www.fsd.gov.�� The solicitation and associated information will only be available from the https://sam.gov website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned https://sam.gov posting. Offeror's will not be reimbursed for proposal submittal expenses.�� Several solicitation documents will be posted as ""Locked"" packages in the https://sam.gov posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the https://sam.gov website, under the ""Getting Started"" tab.�� Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments. 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 https://sam.gov website 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. Controlled Unclassified Information (C.U.I.): G.S.A. will provide the solicitation and supporting documents on www.sam.gov. Prospective Contractors must limit the dissemination of this information to authorized users only. Dissemination of information shall only be made upon determining that the recipient is authorized to receive it. The criterion for deciding authorization is need-to-know. Those who need to know are those who are specifically granted access for the conduct of business on behalf of or with G.S.A. This authority includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, subcontractors, suppliers, and others that the prospective contractor deems necessary to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/388d7cec030a405f951ecef4a5bdfeb3/view)
 
Place of Performance
Address: St Thomas, VI 00801, USA
Zip Code: 00801
Country: USA
 
Record
SN06593809-F 20230218/230216230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.