Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOLICITATION NOTICE

Z -- Site Demolition and Lot Consolidation for the New Federal Courthouse in Harrisburg, PA

Notice Date
10/25/2012
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation 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-AZ-C-0039
 
Archive Date
1/15/2013
 
Point of Contact
Kimberly A. DeSant, Fax: (215) 209-0548
 
E-Mail Address
kim.desant@gsa.gov
(kim.desant@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Furnish all supervision, labor, materials, and equipment necessary for the Site Demolition and Lot Consolidation for the New Federal Courthouse in Harrisburg, PA. The requirement of this project is for the contracted firm demolish existing structures and install fencing at the site of the New Federal Courthouse in Harrisburg, PA. This initial phase of work for the new United States Courthouse in Harrisburg will consolidate multiple lots on three existing city blocks into one new property bounded by Reily Street, 6 th Street, Boyd Street, Wallace Street, Harris Street and 7 th Street. Demolition scope will include: The removal of the row houses fronting on Harris and Boyd Streets and the former restaurant building at the corner of 6th and Reily Streets. The removal of decks, steps, canopies, fences, walls, walkways and all other improvements within the boundaries of the respective properties. The removal of all underground structures, including basements and foundations. All holes will be backfilled with compacted stable soil. The grading and contouring of the lots to match adjacent topography. Finish grade shall consist of weed blocking geotextile underlayment with a minimum of 2" of ¾" aggregate gravel. All existing utilities shall remain. Utility services to the buildings to be demolished shall be disconnected. All coordination with utility companies and the City of Harrisburg shall be performed by the site contractor. Construction waste and recycling efforts aim to support overall project requirement for LEED Gold compliance. Contractor will be required to provide necessary documentation for inclusion in the LEED construction application for the project, which will be reviewed by the design team for accuracy and completeness. Erosion and sediment control measures will be accomplished by perimeter silt-socks. Topsoil and seed will provide permanent site stabilization. The existing streets, curbs and public walkways shall remain. The project work includes, but is not limited to, the demolition of existing structures, excavation, hazardous material abatement (lead based paint, asbestos insulation, mold, underground oil storage tanks), concrete and asphalt paving demolition, utility demolition, site grading, soil erosion control, and other associated work. The approximate duration of the contract is four (4) months. The estimated cost range of this project is between $250,000 and $500,000. This will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). This project is set aside for small business concerns. The successful offeror will be required to utilize GSA's computer software ePM system (Electronic Project Management) to communicate with the entire team regarding the status of contract administration issues. A source selection/best value method will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being approximately equal to price. This is an advisory multi-step procurement process. Consequently the acquisition process shall consist of three phases: 1) receipt and evaluation of technical and price proposals; 2) develop a competitive range; 3 ) if necessary, upon completion of negotiations, request, receipt and evaluation of final price revisions. Offerors will submit their technical and price proposals, consisting of the following technical factors: 1. Past Experience on Relevant Projects, 2. Past Performance on Relevant Projects and 3. Q ualifications and Experience of Key Personnel. It should be noted that the evaluation factors are listed in decreasing order of importance, with factors 1 and 2 of equal weight. The technical proposals will be reviewed and evaluated prior to and separately from the review of the price proposals. A competitive range will be developed, if necessary, and negotiations will be conducted. GSA intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's proposal should contain the Offeror's best terms. GSA reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The solicitation will be available on or about 11/09/12. Interested parties may download their own copy of these documents. These documents will be in.pdf format and may be accessed on a World Wide Web (WWW) server at http://www.fbo.gov. It is the offeror's responsibility to monitor this website for the release of any amendments and to download their own copy of any amendments. This site provides instructions for downloading the amendment file(s). Licensed general contractors are invited to respond to this Pre-Solicitation Notice by submitting one (1) original and three (3) copies of the required technical and price information. The technical proposal should be in an 8-1/2" x 11" 3 ring binder format and should be organized to correspond with the evaluation factors. Price proposals shall be in a separate envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. This procurement is being solicited as a total small business set aside. The NAICS CODE is 238910. This synopsis constitutes the synopsis of the Pre-Invitation Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-12-AZ-C-0039/listing.html)
 
Place of Performance
Address: General Services Administration, The Strawbridge Building, 20 N. 8th Street, 9th Floor (3PQCK), Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02919912-W 20121027/121025234738-d9b10995bbefff6368dedd0aafdf38ef (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.