Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2006 FBO #1808
SOLICITATION NOTICE

Z -- Historic Restoration in Davenport, IA at the U.S. Courthouse

Notice Date
11/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Division (6PC), Construction Acquisition Branch II (6PCA II), 1500 E. Bannister Road, Kansas City, MO, 64131-3088, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-06P-07-GYC-0005
 
Response Due
12/19/2006
 
Archive Date
1/3/2007
 
Description
This procurement is being solicited on an unrestricted basis to large and small businesses. Request for Proposals (RFP) Notice for a Firm Fixed Price Contract for Historic Restoration at the U.S. Courthouse, 131 East 4th Street, Davenport, IA 52801. JOB PCN: RIA26950. This procurement will be made under full and open competition under the Small Business Demonstration Program. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $31 million. RFP will be issued on or about 11/20/2006. Estimated cost range of the work is between $100,000 and $250,000. Time for completion is 150 calendar days from Notice to Proceed. The Contractor shall provide all labor, material, and disposal required to renovate the building?s interior and exterior as shown and as specified. This work includes, but is not limited to, demolition, stone restoration and cleaning, wood restoration, finishes, metal work, plumbing fixtures and any associated electrical and mechanical work. Work consists of a base and five options as follows. Base proposal price will be to a) clean, repair, and refinish of the wood paneling, wainscot, trim, doors and surrounds within the second floor historic District Judge?s Chambers, reception area and adjacent offices b) Repair damaged marble wainscots, trim, and wall base within the first second and third floor public areas c) Clean and seal of the historic marble floor paving within the first floor east and west lobby alcoves and the third floor public areas. Option 1 is to provide repair of damaged floor paving and spot clean adjacent flooring at the first, second, and third floor public, restricted and secured circulation areas. Option 2 is to replicate in kind and replace one (1) missing vertical mullion at the bottom panel of the window immediately west of the east public entrance bay. Option 3 is to renovate the toilet room within the District Judge?s Chambers. Option 4 is to replace existing metal base with new wood base within District Judge?s Chambers. Option 5 is for additional cost associated with performing the work identified under Division 6, Section 06405 Cleaning and Refinishing Woodwork after Government Occupied Hours. This is a competitive negotiated acquisition. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures. The Government intends to use the best value concept in making selection for award. The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation; which in the Government?s estimation, provides the greatest overall benefit in response to the requirement. The RFP will be issued on or about 11/20/2006. Proposals shall be received on or about 12/20/2006. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. However, the Government may request additional information from offerors that is considers having a reasonable chance of being selected and may discuss proposals with the offerors. Two factors will be considered: technical evaluation factor and price. The elements that make up the technical evaluation factors are: (1) Experience of the Firm (2) Past Performance of the Firm (3) Qualifications of Key Personnel and (4) Management and Technical Approach. The technical factor is more important than the price factor. As proposals become more equal in the technical merits, price becomes more important. The RFP will be available from the General Services Administration (GSA) through the Government Point of Entry (GPE) on FedBizOpps. All responsible sources may submit a proposal, which will be considered by the agency. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic Government initiatives such as FedBizOpps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your company CCR Marketing Partner Identification Number (MPIN) (You can get this from your company CCR point of contact), your company DUNS Number or CAGE code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), your telephone number, and your e-mail address. Once you have registered with CCR you will be required to register with FedTeDS. No Federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address: www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor?s responsibility to monitor FedBizOpps for any changes and/or conditions. Any offeror submitting a proposal is required by the Federal Acquisition Regulation (FAR) to use the Online Representation and Certification Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information at your convenience via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active CCR record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA, you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer the questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provided are then automatically entered in the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provision for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status.
 
Place of Performance
Address: U.S. Courthouse, 131 East 4th Street, Davenport, IA
Zip Code: 52801-1516
Country: UNITED STATES
 
Record
SN01177006-W 20061108/061106222645 (fbodaily.com)
 
Source
FedBizOpps 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.