SOLICITATION NOTICE
Z -- Construction Services – New Executive Office Building
- Notice Date
- 5/10/2010
- 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
- GS-11P-10-MKC-0070
- Archive Date
- 6/22/2010
- Point of Contact
- Mary Pineda, Phone: 202-205-8468, Kasey Lehman, Phone: 202-401-1787
- E-Mail Address
-
mary.pineda@gsa.gov, kasey.lehman@gsa.gov
(mary.pineda@gsa.gov, kasey.lehman@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for a Firm Fixed Price Construction Services contract for HVAC Riser and Fan Coil Unit Replacement within the New Executive Office Building located at 725 17 th Street, NW, Washington, DC. The project will provide new fan coil units (FCU) on the 9 th and 10 th floors and replace all deteriorated piping from the 3 rd floor to the 10 th floor that connects to existing and new FCU's. The Scope of Work includes temporary enclosures; protection of furniture and equipment, to remain, from damage and worked around; asbestos abatement at plaster walls and ceilings, piping insulation, fire proofing; lead paint removal at plaster and gypsum board partitions, window and door frames; architectural and mechanical, other demolition; standard mechanical work, mechanical controls; building automation system controls; electrical work; construction of office suites, all other work included and required by the construction documents including Class A architectural finishes. A previous project, completed in 2002, replaced the FCU's, located under the windows on floors 3 through 8 and reconnected to existing piping that will be replaced as part of this project.. The contractor shall provide all management, supervision, labor, materials, supplies, equipment (except as otherwise provided) and obtain all permits. The contractor shall plan, assure a safe work environment in spaces where work is in progress and including spaces adjacent to or transited by and because of the work, develop construction phases and sequences, schedule, coordinate and plan shut downs and tie ins with continued use of mechanical equipment, piping, mains and controls to remain in use during the work, construct, start up, and assure effective performance of all work to comply with codes, GSA, client agencies and requirements. Contractor will perform the construction in accordance with the design, specifications, drawings, contract documents, reference information provided and terms and conditions of the contract. The estimated construction cost is in the $20 - $30 million dollar range. One firm fixed price contract will be awarded. The Construction Performance Period shall not exceed 24 months from the date of Notice to Proceed. The selection process will use tradeoffs and technical/management factors are more important than price and price related factors. The Factors are Experience (30%), Past Performance (20%), Key Personnel (25%), Management Plan and Schedule (15%) and Apprenticeship Plan (10%). Offerors must demonstrate past organizational experience as a General Construction (GC) Contractor responsible for the renovation, construction of at least three (3) commercial office spaces, including significant mechanical systems and controls installation, within the last five (5) years, comparable in nature, type and complexity to the project in this solicitation and a minimum construction cost of $10 million at time of award. The Offerors must provide documentation and confirmation of past performance of the offeror focusing on aspects of costs, timeliness, and technical success; documentation and confirmation of qualifications of key personnel proposed by the offeror to execute the contract requirements for the positions proposed. The offeror also must provide a management plan and schedule that demonstrates the ability to execute the work contained in the drawings and specifications. The Government will also evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the 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 under 29 CFR Part 29.) The RFP will be available for issuance on or about 6/22/2010. The technical and price proposals will be due on or about 8/2/2010. In accordance with GSA policy, the RFP will be issued electronically via FEDBIZOPPS (www.fbo.gov). This site provides instructions for downloading the RFP and for obtaining the design documents. The plans and specifications are going to be issued electronically through secure website known as the Federal Technical Data Solution (FedTeDS). 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 Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an E-Gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL http://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. At a minimum all vendors must supply the following information: (Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact) your Company's 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. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. 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. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Offerors are strongly encouraged to register to receive notification of upload the RFP at this site and register on the Interested Vendor List (IVL). Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-10-MKC-0070/listing.html)
- Place of Performance
- Address: 17th Street, NW, Washington, District of Columbia, 20009, United States
- Zip Code: 20009
- Zip Code: 20009
- Record
- SN02144658-W 20100512/100510234404-e3ea44bd295770d4135c941e8829b6fe (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 |