SOLICITATION NOTICE
R -- Construction Management Support Services, Eisenhower Memorial, Washington, DC
- Notice Date
- 2/4/2009
- Notice Type
- Presolicitation
- 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, District of Columbia, 20407
- ZIP Code
- 20407
- Solicitation Number
- EMC-WPC-09-5004
- Point of Contact
- Bonnie E Echoles,, Phone: (202) 708-6190
- E-Mail Address
-
bonnie.echoles@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) working with the Dwight D. Eisenhower Memorial Commission (EMC) intends to issue a Request for Proposals (RFP) for a negotiated Construction Management (CM) professional services contract for the new National Dwight D. Eisenhower Memorial in accordance with GSA quality standards and requirements. The scope of the contract includes design phase management services, procurement phase services, contract administration services and construction phase services including scheduling, commissioning, inspections, closeout services, claims services if needed and operations and maintenance services. The National Eisenhower Memorial at Eisenhower Square will be the first national presidential memorial of the new century. Eisenhower Square will be a permanent addition to the urban landscape of Washington, DC. The four-acre site for the Eisenhower Memorial lies at the intersection of Maryland and Independence Avenues, SW, and spans two blocks, from 4th Street, SW to 6th Street, SW. The construction project consists of a new "plaza-type" memorial. Part of the memorial will be a canopy (of a size to be determined during the design process.) There will only be a small (2,500 SF) support building(s). It is intended that the physical memorial will have a very significant electronic component. The estimated construction cost range for this memorial project is $55 million - $65 million. The construction completion is expected to occur in the last quarter of calendar year 2014. The EMC website provides additional information at www.eisenhowermemorial.org. One CM firm fixed price contract will be awarded, subject to the availability of funds. The selection process will utilize source selection procedures in accordance with FAR 15.3. The selection process will use tradeoffs. Technical/management factors will be more important than price and price related factors. Proposals will be reviewed and evaluated based on the following criteria: (1) Experience on Similar Projects; (2) Key Personnel; (3) Past Performance; and (4) CM Capabilities/Management Approach/Subcontracting Plan. This solicitation is open to both large and small business professional firms. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average "annual receipts" of $28.5 million. Large business firms shall be required to present an acceptable Small Business Subcontracting Plan in accordance with the solicitation, FAR 52.219-9 and 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, veteran-owned, service-disabled veteran owned, HUBZone, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. The Subcontracting Plan must demonstrate the offeror's creative and innovative program for involving all types of small business concerns as subcontractors in the performance of this contract. Consideration is open to established, qualified firms licensed to perform professional services (defined in FAR 22.1102), which currently have active, properly staffed offices within the continental United States (including subcontractors). The RFP is planned to be issued electronically in late February on the Internet at: http://www.fedbizopps.gov. 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. All contacts concerning this announcement should be directed to GSA.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0178926044d113d76ee7a9a60338b016&tab=core&_cview=1)
- Place of Performance
- Address: Intersection of Maryland and Independence Avenues, SW, and spans two blocks, from 4th Street, SW to 6th Street, SW, Washington, DC, Washington, District of Columbia, United States
- Record
- SN01743658-W 20090206/090204215825-0178926044d113d76ee7a9a60338b016 (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 |