Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2006 FBO #1811
SOLICITATION NOTICE

99 -- Pavement Repair

Notice Date
11/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-03P-DXC-0008
 
Description
GS-03P-07-DX-C-0008 General Services Administration (GSA) intends to procure a firm to provide all supervision, labor, materials and equipment necessary for a pavement repair project at the Fleet and Industrial Supply Center, Cheatham Annex in Williamsburg, VA. It is GSA's intent to solicit this requirement through Full and Open Competition, utilizing Lowest Priced Technically Acceptable Source Selection procedures. The LPTA method, FAR 15.101-2, has been determined by the GSA Project Team to be in the best interest of the Government. The NAICS Code for this procurement is 238990. The resultant contract will be a firm fixed price contract. The work includes but is not limited to the milling and/or removal of existing deteriorated asphalt roadways, driveways, and concrete pavement as well as associated site work to correct drainage problems, and installation of new paving. The work shall be accomplished in a single phase. The approximate duration of the contract is six (6) months, which will include one base item and have four options. FAR Clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item may be included in this acquisition. The contract will also include the clause titled "Evaluation of Options" (FAR 52.217-5) except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The estimated cost for this construction project is between $1,000,000.00 ? $5,000,000.00. For this procurement the GSA Project Team shall evaluate all properly received offers consistent with FAR 15.101-2, ?Lowest price technically acceptable source selection process?. As defined in FAR 15.101-2 (a) the lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. FAR 15.101-1 (b) (1) states that the evaluation factors and significant sub factors that establish the requirements of acceptability shall be set forth in the solicitation. The GSA Project Team shall utilize the following factors as requirements for acceptability; Factor 1) Firm shall list a minimum of five (5) projects completed in the past five(5) years of a similar scope of work that have a total contract value of at least $1,000,000.00. Submit a description of the project in no more than (2) paragraphs. Factor 2) Firm shall submit superintendent's resume demonstrating that he/she has 5 years of experience as a superintendent. Since the Contracting Officer has elected to utilize past performance as an evaluation factor the procedures detailed in FAR 15.305, ?Proposal evaluation?, shall be followed. All proposals received shall be evaluated for acceptability but shall not be ranked using non-cost/price factors. The RFP is scheduled to be available on or about November 24, 2006. The subject solicitation includes Sensitive But Unclassified Building Information (SBU). For reasons of security and before release of SBU information, the requestor must complete and sign the attached "Document Security Notice to Prospective Bidders/Offerors". All prime contractors interested in submitting a proposal shall submit via e-mail a completed document security form. As indicated, the form shall be filled out with the proper information including a photocopy of a valid business license, DUNS number, and IRS tax ID number. This information shall be emailed back to Melinda M. Richardson at melinda.richardson@gsa.gov. Once the solicitation is available and the Security Form is received and verified, direction will be provided as to where the RFP, including plans and specifications, will be available. A Pre-proposal conference will be established in the near future. Time, date and location will be provided in the solicitation. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. ____________________________________________________________________________________________________________________________________ Request for Construction Documents GS-03P-07-DX-C-0008 DOCUMENT SECURITY NOTICE TO PROSPECTIVE BIDDERS/OFFERORS This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. NOTE: It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records of recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary: (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. A general contractor?s license may be substituted for the business license in states that issue such licenses. In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and (b) Verification of a valid DUNS Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid IRS Tax ID Number of the company requesting the information. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD?s, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor?s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized users under the conditions set forth above. Signature:______________________________________________ Title:__________________________________________________ Date:__________________________________________________ Copy of business license attached DUNS Number:_________________________________________ Verified: Yes No IRS Tax ID Number______________________________________
 
Record
SN01179401-W 20061111/061109221257 (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.