SOLICITATION NOTICE
R -- Construction Management (CM) Services for the Modernization of 1800 F Street, NW, Washington, DC
- Notice Date
- 12/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS11P04MKC0013
- Response Due
- 1/14/2004
- Point of Contact
- Bonnie Echoles, Contract Specialist, Phone (202) 708-6190, Fax (202) 708-4964, - Tiphenie Wise-Traynham, Contract Specialist, Phone 202-205-0546, Fax 202-708-4964,
- E-Mail Address
-
bonnie.echoles@gsa.gov, tiphenie.wise-traynham@gsa.gov
- Description
- The General Services Administration (GSA) intends to issue a Request For Proposals (RFP) for a negotiated Construction Management (CM) professional services contract to perform design phase services, general contractor procurement services, construction phase services, FFE phase services, post occupancy phase services, reimbursable supplemental services, claims, testing, and miscellaneous services for the Modernization of 1800 F, Street, NW, Washington, DC. This will be a firm fixed price contract covering the duration of this design/bid/build project. The project consists of the modernization of the approximately 710,000 sf existing building with 105,000 sf infill constructed in the courtyards. The estimated construction cost is in the $110-130 million dollar range. The design phase is in progress and will be completed approximately February 2005. Tenant move-in is expected to occur in the first quarter of 2009. All work will be performed in accordance with GSA authorized and approved standards. The CM contract will have a fixed fee amount for standard services and an amount set aside for reimbursable type services. The 2002 NAICS Code is 236220. The selection process will utilize source selection procedures in accordance with FAR 15.3. This negotiated solicitation will be open to both large and small business professional firms. The professional firm (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507, as part of its proposal. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. If selected for award, the offeror's subcontracting plan should be ready for approval without the need to obtain additional information. Consideration is open to established, qualified firms licensed to perform professional services (FAR 22.1102), which currently have active, properly staffed offices within the continental United States (including subcontractors). The RFP will be issued electronically on or about December 12, 2003, on the Internet at: http://www.fedbizopps.gov and the proposals will be due 30 calendar days after issuance. This site provides instructions for downloading the RFP. YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOAD OF THE RFP AT THIS SITE and register on the Interested Vendor List (IVL). All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses.
- Place of Performance
- Address: 1800 F Street, NW, Washington, DC
- Zip Code: 20405
- Country: USA
- Zip Code: 20405
- Record
- SN00479845-W 20031204/031202212429 (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 |