Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

Z -- Restroom Upgrade, Harold Washington Social Security Center, 600 W. Madison St., Chicago, IL 60661

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Ohio (5PCO), 230 South Dearborn Street, Room 3516, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GBC0080
 
Point of Contact
Chris Parzygnat, Contracting Officer, Phone (312) 886-4109, Fax (312) 353-9186,
 
E-Mail Address
chris.parzygnat@gsa.gov
 
Description
Restroom Upgrade. The Harold Washington Social Security Center at 600 W. Madison St., Chicago, IL requires the upgrade of all restrooms located in the facility. The project involves the complete renovation of restrooms on ten floors and in the basement of the 10-story building. The restrooms will be modified to accommodate handicapped accessibility, and the work will include removal and replacement of existing finishes, walls, ceilings, doors, toilet fixtures and accessories, plumbing, fire protection, HVAC and electrical. In addition to the work in the toilet rooms, the project will include the removal and replacement of existing domestic water piping at the basement ceiling. As per Federal Acquisition Regulation (FAR), Section 36.204: Disclosure of the magnitude of the Governments estimated price range. The construction for this project is $1 million to $5 million. Proposal Submission Requirements. General Contractors Qualifications: The contractor must have successfully completed at least two (2) renovation or new construction projects in the past five (5) years, which are similar in scope, requirements, complexity and level of finish quality to the proposed project with a cost of at least $1,400,000.00. The contractor must provide the project title, the type of work performed on the project, the award amount of the project, the size of the project, the performance period of the project, the name, title and current phone number of the point of contact. The contractor must demonstrate that they are able to obtain bonding and that they have the financial capabilities. Key Personnel Qualifications: The project manager and the construction superintendent should possess qualifications and experience, which demonstrate a thorough knowledge and competence level commensurate with the positions for which they are being proposed. These personnel must have performed essentially the same duties as being proposed under this project on a minimum of two (2) projects during the past (5) five years, where the cost of the project was at least $1,400,000.00. Contract Award: Proposals will be competitively chosen using negotiated procedures. Award will be based on the lowest price, technically acceptable offer. If a proposal does not meet the requirements of both past performance and key personnel qualifications and the aforementioned submission requirements, it will not be further evaluated based on price. The actual release date for the Request for Proposal (RFP) is anticipated on or around Wednesday, September 25, 2002. Funds are not presently available and award is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. The performance period from contract execution to project completion is approximately 420 calendar days. The resulting contract type shall be firm, fixed-price. SB/SDB. The North American Industry Classification System (NAICS) Code is 233320, with a small business size standard of $27.5 million based on the contractors average annual receipts for the preceding three (3) years. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is open to all business concerns. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. Small business, minority-owned and women-owned businesses are strongly encouraged to participate. Small, disadvantaged businesses must be precertified by the Small Business Administration in order to be considered for evaluation as such under the new federal regulations. In order to receive the benefit of a price evaluation preference, you must be certified by the Small Business Administration as a HUBZone small business concern and/or a small disadvantaged business concern. Contact your local SBA office for further information. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of federal facilities. Joint Ventures. Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. In the event a large business is the awardee, an acceptable Subcontracting Plan must be approved and accepted prior to contract award. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, HUBZone small business, veteran-owned small business and small woman-owned business concerns. Interested Parties/ How to Offer. Interested parties may request copies of the specifications and drawings by submitting a letter of interest to Christine Parzygnat at General Services Administration; Property Development (5PCO); 230 South Dearborn Street, Room 3512- DPN 35-6; Chicago, Illinois 60604-1696 or by facsimile at (312) 353-9186 no later than 16 October 2002. A preproposal conference will be scheduled at a later date. Details will be in the solicitation.
 
Place of Performance
Address: Harold Washington Social Security Center, 600 West Madison St., Chicago, Illinois
Zip Code: 60661
Country: USA
 
Record
SN00161589-W 20020911/020909213811 (fbodaily.com)
 
Source
FedBizOpps.gov 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.