Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
DOCUMENT

Z -- Construction of renovations and additions to modernize the U.S. Courthouse located at 413 Middle Street in New Bern, North Carolina. - Document Security Form

Notice Date
1/16/2009
 
Notice Type
Document Security Form
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, Georgia, 30365
 
ZIP Code
30365
 
Solicitation Number
GS-04P-09-EX-C-0025
 
Archive Date
2/26/2009
 
Point of Contact
John Yallech, Jr.,, Phone: 404-224-2316, John Yallech, Jr.,, Phone: 404-224-2316
 
E-Mail Address
john.yallech@gsa.gov, john.yallech@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address GSA, 401 W. Peachtree Street NW, Suite 2500, Atlanta, Georgia 30308 GSA is conducting an Advisory Multi-Step Process in accordance with FAR Part 15.202. Step One in this process, GSA is requesting interested parties to submit the information specified in this notice. Once received, the Government will then evaluate the information utilizing the criteria provided below. After completion of the evaluation, the Government will notify, in writing, each firm whether the Government believes, based upon the submission, it would likely be a viable competitor in the resultant acquisition which GSA expects to conduct. Any potential offeror that provides a written response to this Advisory Multi-Step Presolicitation Notice may, at its election, participate in the expected resultant acquisition regardless of the advice provided by the Government in response to its submission. Any parties contemplating participation in the resultant acquisition are strongly encouraged to participate in this Advisory Multi-Step Process. The resultant acquisition will be limited to US sources. Scope of Work: Construction of renovations and additions to modernize the U.S. Courthouse located at 413 Middle Street in New Bern, North Carolina. The work includes selective demolition throughout the interior of the building and at the building exterior where renovation or new work is scheduled; construction of various pedestrian, handicap, and vehicular ramps at the front and rear of the building; construction of additions to the rear of the building; miscellaneous repairs, upgrades, and replacements to the exterior of the building; installation of new landscaping around the building; space build-out for the U.S. Marshal Service, U.S. Bankruptcy Court, U.S. District Court, and U.S. Probation; repair or replacement of historical architectural elements in the building; renovation to existing restrooms and construction of new restrooms throughout the building; relocation and construction of a new public elevator; construction of new prisoner and Judge’s elevators; construction of new fire alarm and fire sprinkler systems; replacement or upgrades of existing HVAC systems and equipment; installation of a new emergency generator; replacement or upgrades of existing electrical equipment and systems. These construction services are detailed in the Drawings and Specifications by Trivers Associates and will be provided to the selected Offerors by the GSA Contracting Officer. Solicitation: This solicitation will be procured in accordance with FAR 15.1, Source Selection Processes and Techniques, using “best value” procedures. Best Value will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Cost or price will not be assigned a numerical weight or point score. For this procurement, the technical proposal is significantly more important than cost or price. When technical proposals are evaluated as essentially equal, cost or price may be the deciding factor. Proposals will be evaluated to establish those considered “technically competitive”. Proposals will be ranked in accordance with technical ratings combined with the offered price. The technical evaluation factors, which have equal importance, are: (1)Past Performance on similar projects (2)Experience on Historic projects (3)Management Plan The evaluation of the price proposal for those determined technically acceptable will be based the realism and reasonableness of the proposed price. The formal solicitation is expected to be released on or about February 06, 2009. Proposal will be due 30 days after the solicitation release date. Estimated Construction Cost Range is between $6,500,000.00 to $9,000,000.00. The planned start of this effort is scheduled for April 2009. Step One Requirements: If you are an interested firm, please provide a response to the questions below with a Written Letter of Interest that includes the information needed to contact your company. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Your Written Letter of Interest shall be sent to the Contracting Officer and received by the date and time provided in this notice. 1. Is your firm registered in the Central Contractor Registration (CCR) database? Contractors must be registered in the Central Contractor Registration (CCR) prior to award of all solicitations. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. 2. Please provide your firms DUNS number. 3. Does your firm have a $10 million Performance Bond and Payment Bond capacity? Please provide documentation which supports your claim. 4. What is your firm’s CAGE (Commercial and Government Entity) Code? 5. Do you meet the Small business standard (average annual receipts less than $31,000,000.00 for the past three years)? Otherwise, indicate if you are a large business firm. 6. Demonstrate that your firm has adequate financial resources to perform the contract, or the ability to obtain them. (Example: A bank line of credit) 7. Discuss how your firm has the resources to comply with the construction schedule which is April 2009 through August 2010. 8. Briefly describe (No more than 2 typed pages, single sided) your experience performing construction on historical buildings. Should be recent experience within the past five years. Provide location, dollar amount and the main component of construction. (Example: floor, walls, roof, whole building, HVAC work, etc…) 9. The State of North Carolina has no single business license that will ensure compliance with all regulatory requirements. Identifying all the licenses, permits and/or other regulatory approvals required for your business activity is a crucial step in the planning process. The North Carolina Department of Commerce Business ServiCenter can assist you in identifying state licensing requirements for your specific business activity and provide a wealth of information about service providers, resources and programs available to you in North Carolina. The Business ServiCenter does not issue state business licenses or keep records of businesses operating in North Carolina. For questions or comments contact the Business ServiCenter at (800) 228-8443 or (919) 715-2864. There is also a website: http://www.nccommerce.com/en/BusinessServices/StartYourBusiness/BusinessLicensesPermits/ Your firm should provide documentation that you have the required licensing documents or the ability to obtain these documents prior to any contract award. The one license you will need is listed below: WEBSITE: WWW.NCLBGC.ORG OFFICE HOURS: 8:00 AM - 5:00 PM, MONDAY - FRIDAY LICENSES OR PERMITS OR CERTIFICATES: LICENSE TO PRACTICE GENERAL CONTRACTING IN NC APPLICATION FORM TITLE: APPLICATION FOR LICENSE TO PRACTICE GENERAL CONTRACTING IN THE STATE OF NORTH CAROLINA DURATION OF LICENSE OR PERMIT OR CERTIFICATE: ANNUAL; ALL LICENSES EXPIRE DECEMBER 31 EACH YEAR FEES: LIMITED LICENSE $75 INTERMEDIATE LICENSE $100 UNLIMITED LICENSE $125 Firms interested in this construction project should submit a Written Letter of Interest along with a response to the nine (9) questions contained within this notice to John Yallech, Jr., Contracting Officer. Also complete the “Document Security” attachment and return to John Yallech. Please FAX your response to 404-331-1194, Attn: John Yallech or submit through email to john.yallech@gsa.gov by 4:30PM February 2, 2009. If you are placing the documents in the mail or express mail service, the packages must reach the GSA office prior to the closing date and time. For additional information regarding this potential opportunity, please contract Mr. Yallech at 404-224-2316.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0180d29db89a0c24512788bdda1924c&tab=core&_cview=1)
 
Document(s)
Document Security Form
 
File Name: Document Security Form to receive an RFP (Document security.doc)
Link: https://www.fbo.gov//utils/view?id=aad3e2d5cc210a0e2f8433f549c7a9c9
Bytes: 30.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. Courthouse located at 413 Middle Street in New Bern, North Carolina., New Bern, North Carolina, 28560, United States
Zip Code: 28560
 
Record
SN01733873-W 20090118/090116215155-c0180d29db89a0c24512788bdda1924c (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.