SOLICITATION NOTICE
Y -- Piegan Infrastructure and Housing Project, Piegan, Montana - REQUEST FOR SENSITIVE BUT UNCLASSIFIED BUILDING (SBU) INFORMATION
- Notice Date
- 8/13/2013
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), PBS, Land Ports of Entry - Special Programs Division, Denver Federal Center, 1 Denver Federal Center, Bldg 41, room 111, Lakewood, Colorado, 80225-0564, United States
- ZIP Code
- 80225-0564
- Solicitation Number
- GS-00P-13-CY-C-0068
- Point of Contact
- Roger R Kubik, Phone: 3032362684, Steven H Eckelberg, Phone: 3032362413
- E-Mail Address
-
roger.kubik@gsa.gov, steven.eckelberg@gsa.gov
(roger.kubik@gsa.gov, steven.eckelberg@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR SENSITIVE BUT UNCLASSIFIED BUILDING (SBU) INFORMATION DESCRIPTION OF PROPOSED WORK: Design-Build architectural/engineering and construction services to construct new sewage treatment systems, water delivery and treatment systems, natural gas distribution systems and electrical distribution systems; and as many houses as possible, but no more than 16 additional houses. All houses are to be built according to the Northern Border Model CBP Prototype House design prepared by Garrison Architects. The sewage treatment systems, water delivery and treatment systems, natural gas distribution systems and electrical distribution systems currently supply service to both the LPOE and the CBP housing. The demands placed on these systems are believed to be near, at, or beyond the capacities of these systems. This project will design and build additional capacity for these systems, or replace the systems entirely, as required with new systems able to fulfill the combined demand of the LPOE, existing housing and up to 16 additional prototype houses. Estimated Price Range: The estimated price is more than $10,000,000.00. NAICS Code and Title: 237110, Water and Sewer Line and Related Structures Construction TYPE OF SETASIDE: Not Applicable. This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman owned small businesses to the maximum extent practicable. LOCATION OF THE WORK: Piegan Land Port of Entry, Piegan, Montana TENTATIVE DATES: Issuance of Solicitation: On or About August 30, 2013 via www.FBO.gov. Proposals Due: On or About October 11, 2013 Award Date: On or About November 14, 2013 Period of Contract Performance: 30 calendar months after Notice to Proceed PROCEDURES FOR AWARD: This negotiated procurement will be accomplished by using source selection procedures. A firm fixed price contract will be awarded to the firms offering the best value to the Government. Non-price technical evaluation factors when combined are equal in important to price. The Government may or may not hold discussions on proposals (except clarifications as described in FAR 15.306(a)); therefore, the Offeror's initial proposal should contain the Offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. PLAN AVAILABILITY: Drawings will be issued on compact disc or flash drive and sent to interested offerors after the solicitation has been posted. In order to obtain these plans, offerors must submit two items: (1) a completed "Request for Construction Documents" form (attached), AND (2) a copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. Completed request packages may be submitted via fax to (303) 236-8082 or by mail to GSA/PBS/SPD (8PC), 1 Denver Federal Center, Building 41, Room 111, P.O. Box 25546, Denver CO 80225, Attn: R Kubik. Request packages may be submitted prior to posting of the solicitation. Prospective offerors are encouraged to submit requests prior to posting of the solicitation or as expeditiously as possible since the solicitation will be issued without further notice. Request packages must be submitted prior to attending the mandatory site visit. FEE FOR SOLICITATION DOCUMENTS: Solicitation documents will be available at no charge by downloading from www.fbo.gov. Drawings will be made available at no charge in accordance with the Plan Availability paragraph above. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS: None SITE VISIT: A Pre-proposal conference and site visit will be scheduled for mid September from 9:00 A.M through 12:00 P.M. for offerors to inspect the site. Attendance at the site visit is mandatory for an offer to be considered in the competition for this project. Reservations to attend the site visit may be made by contacting Roger Kubik, Contract Specialist, by e-mail at roger.kubik@gsa.gov or by telephone at 303-236-2684. BONDING: Bid bonding is required for this project in accordance with Federal Acquisition Regulation (FAR) 28.101(a). The successful offeror will be required to provide performance and payment bonds in accordance with FAR 28.102-1. SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award. IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act and Trade Agreements. ELIGIBLE OFFERORS: All responsible firms may submit a proposal which will be considered by the agency. To receive an award, the successful offer must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/abde4498045f5c64d91218c1aabe0f4d)
- Place of Performance
- Address: Piegan Land Port of Entry, 5023 Highway 89 North, Babb, Montana, 59411-0109, United States
- Zip Code: 59411-0109
- Zip Code: 59411-0109
- Record
- SN03147844-W 20130815/130814000334-abde4498045f5c64d91218c1aabe0f4d (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 |