Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2005 FBO #1167
SOLICITATION NOTICE

Y -- Construction of a new parking facility at the Food and Drug Administration located at the White Oak Federal Research Center in Silver Spring, MD.

Notice Date
2/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GS-11-P-05-MKC-0021
 
Response Due
3/21/2005
 
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a solicitation for the construction of a new parking facility at the Food and Drug Administration located at the White Oak Federal Research Center in Silver Spring, Maryland. The North Garage is to be built as part of a multiphase construction project consisting of a new office, laboratory and research campus. The North Garage project is a 255,300 GSF, 3 story (2 above, 1 partially below grade) 831 car, post tensioned concrete parking structure. The Garage?s principle facade, the west facade, has a low brick wall at the entry level with the upper levels constructed with an exposed cable barrier system. The remaining facades are exposed concrete with the exposed cable barrier system. There are (3) three exterior stair towers, two of which (the northwest and southwest) are clad with an aluminum curtain wall system. The southwest stair tower contains one hydraulic elevator with the structure in place. The contractor must provide all management, supervision, labor, materials, supplies, and equipment and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. Construction is to be performed in accordance with the design specifications, drawings and provisions of the contract. The estimated construction cost range for the project is between $7 to $10 million. The 2002 NAICS Code is 236220. The Construction Performance Period shall not exceed 280 calendar days. The government contemplates award of a firm fixed price contract. This solicitation is not set-aside for small business; however this procurement is being made under the Small Business Competitiveness Demonstration Program. 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. The FY 2004-2005 GSA goals for subcontracting are as follows: small businesses at least 39% of total subcontracting planned; small disadvantaged businesses at least 12% of small business subcontracting planned; small women-owned businesses at least 5% of small business subcontracting planned; HUB Zone Small Business at least 3% of small business subcontracting planned; Disabled Veteran-Owned Small Business at least 3% of small business subcontracting planned; and Veteran-Owned Small Business at least 4% of small business subcontracting planned. In a partnership between GSA and Congresswoman Eleanor Holmes-Norton, Delegate representing the District of Columbia, GSA has agreed to include a requirement for an Apprenticeship Training and Labor Trade Plan in future Major Construction contracts. The intent of an Apprentice Plan is to promote the growth of skilled craft labor, specifically the General Contractor's use of a registered apprenticeship program. (As used herein, the term "registered apprenticeship program" is a program that is registered with the United States Department of Labor or State Apprenticeship Council.) In accordance with GSA policy, the solicitation will be issued electronically via FEDBIZOPPS (www.fedbizopps.gov) within two weeks of issuance of this synopsis. Proposals will be due 30 days after issuance of solicitation. A pre-proposal conference will be scheduled after the solicitation is released. ALTHOUGH NOT MANDATORY, YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOADS AT THIS SITE AND TO REGISTER ON THE INTERESTED VENDOR LIST (IVL). Bonnie E. Echoles Contracting Officer GSA, Property Development Division (WPC) Phone: (202)708-6190 FAX: (202)708-4964
 
Place of Performance
Address: Food and Drug Administration, White Oak Federal Research Center, Silver Spring, MD 20903
Zip Code: 20903
Country: US
 
Record
SN00745448-W 20050205/050203212442 (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.