SOLICITATION NOTICE
Z -- Masonry Veneer Repairs
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238140
— Masonry Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03P-12-CD-C-0029
- Archive Date
- 6/13/2012
- Point of Contact
- Celeste W. Dow, Phone: (215) 446-4565
- E-Mail Address
-
celeste.dow@gsa.gov
(celeste.dow@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States General Services Administration has a requirement for the selection of a quality contractor for the Masonry Veneer Repairs project at the Federal Office Building and Courthouse, 425 Juliana St., Parkersburg, WV, 26101-5352. This project is to be awarded as a firm fixed price contract. The scope of work shall include necessary efforts to anchor and/or pin the glazed brick/glazed brick panels to Concrete Masonry Unit (CMU) and building frame where applicable or as noted to attempt to limit/secure movement of veneer. Project shall remove damaged veneer brick(s) that are determined to be damaged, delaminated face or similar failure and install new glazed brick and mortar on the north, south and east elevation, excluding the entire top shelf panel and west elevation. Remove and replace sealants where required and as determined in the specifications as specified in contract documents. Low pressure power washing on noted sides to remove construction/anchoring dust, doing all the above in an occupied facility is also required. The contract duration is scheduled for one hundred and twenty (120) calendar days after notice to proceed. The estimated cost of the renovation is between $250,000.00 and $500,000.00. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. The technical evaluation factors for the evaluation process are, in descending order of importance: 1.Past Performance and 2. Specialized Experience. The NAICS code applicable to this project is 238140 with a small business size standard of $14.0 million. This procurement is being solicited as Total Small Business Set-Aside acquisition and is open to all interested small businesses. This announcement also constitutes the synopsis of the pre-invitation notice. The subject solicitation includes Sensitive But Unclassified Building Information (SBU). Therefore the solicitation (specifications, drawings, clauses and proposal forms) can only be obtained by accessing FedBizOpps securely. In order to access the secure side of FedBizOpps, a contractor must be currently registered as “active” in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Contractors must then register on the FedBizOpps ( http://www.fbo.gov ) website and provide the CCR Marketing Partner Identification Number (MPIN) during registration in order to access Sensitive But Unclassified information. Potential offerors will be responsible for downloading the solicitation (specifications, drawings, clauses and proposal forms) and for monitoring the website for possible amendments and/or additional information. Upon downloading the solicitation, contractors shall familiarize themselves with the safeguarding, dissemination, destruction and disposal of SBU information as described in the contract clause, “Safeguarding and Dissemination of Sensitive But Unclassified (SBU) Building Information”, contained in the solicitation documents. Contractors are reminded that any SBU information obtained must be destroyed when no longer needed. Contractors that obtain SBU information must notify the Contracting Officer that all SBU building information has been destroyed by the contractor and its subcontractors or suppliers. The Solicitation ( RFP ) will be made available approximately the week of May 28, 2012. A Pre-proposal conference is tentatively scheduled for week of June 11, 2012 to held at the Federal Building in Parkersburg, WV. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security. Please provide your Company name and all potential attendee’s full names to Patricia Hensley on (304) 420-6034. 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. The purpose of this conference is to provide a briefing on the Source Selection contracting concept and the general nature of the Scope of Work so that offerors can ascertain the general conditions that can materially affect their technical submission and price proposal. This conference will be followed by a walk-through of the proposed construction site. The GSA technical personnel will be present to provide limited answers to some questions. All questions must be submitted in writing and answered in an amendment to the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-12-CD-C-0029/listing.html)
- Place of Performance
- Address: Federal Office Building and Courthouse, 425 Juliana St., Parkersburg, WV, 26101-5352, Parkersburg, West Virginia, 26101-5352, United States
- Zip Code: 26101-5352
- Zip Code: 26101-5352
- Record
- SN02744685-W 20120512/120510235411-ffa33a9002639fcb1c081c75488ecf57 (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 |