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

Y -- Construction Services for the Southeast Regional Archives, Morrow, Georgia

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA02SEM0009
 
Point of Contact
Sylvia Edwards, Contracting Officer, Phone 301-837-1679, Fax 301-713-6910, - Sylvia Edwards, Contracting Officer, Phone 301-837-1679, Fax 301-713-6910,
 
E-Mail Address
sylvia.edwards@nara.gov, sylvia.edwards@nara.gov
 
Description
The National Archives and Records Administration (NARA), announces intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for Southeast Regional Archives, Morrow, Georgia. This procurement utilizes a best value source selection process to enable NARA to select from among high quality contractors for this procurement. The new Southeast Regional Archives is located off GA Highway 54 (Jonesboro Road), between Harper Road and Clayton State Boulevard on a approximately 19 acres shared by this facility and the Georgia Department of Archives and History (GDAH). The contract is to provide for a single-story new archives facility (approx.115,000 gsf) and a entry pavilion and welcome building (Visitors? Learning Center) (approx. 4,000 gsf) . This project includes but not limited to (1) Civil; (2) Architectural; (3) Landscaping; (4) Structural; (5) Mechanical; (6) Electrical; (7) Fire Protection; and (8) Security; as indicated on the drawings. Estimated construction cost range is $15,000,000 to $20,000,000 dollars. Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet NARA requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be Firm Fixed Price consisting of a base contract and options. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets all two (2) of the following characteristic: (a) construction was a new facility that included civil, landscaping, mechanical, electrical, fire protection, security and architectural systems; (b) the project was not less that 50,000 gross square feet or the construction cost at award was not less than $5,000,000 dollars; PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a Contractor responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals and their experience proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 420 calendar days. SUBCONTRACTING PLAN (5%) This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAICS number is 233320, formerly the Standard Industrial Code (SIC) is 1542 and the Small Business Size standard is $27.5 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 10/01/2002 and will be Due on or about 12/02/2002. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M, and the RFP Volume II, Technical Specifications and Drawings will be issued by CD (AutoCAD & Word.doc) and ONLY by request to the Contracting Officer from NARA, Space and Security Division (NAS), 8601 Adelphi Road, College Park, MD 20740. Ronald C. Noll, Contracting Officer is at Fax 301-837-3657. Preference will be given to firms specific to the NAICS (SIC) and geographical location.
 
Place of Performance
Address: GA Highway 54 (Jonesboro Road),, between Harper Road and Clayton State Boulevard, Morrow, GA
 
Record
SN00161601-W 20020911/020909213819 (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.