SOLICITATION NOTICE
Z -- Design-Build (DB) / Replacement of Fire Alarm System for the Housing and Urban Development located in Washington., DC
- Notice Date
- 7/30/2015
- 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-15-MK-C-0039
- Archive Date
- 1/30/2019
- Point of Contact
- Ms. Tanuja Majety (TJ), Phone: 2027085249, Ms. Bonnie Echoles, Phone: Phone: (202) 561-7821
- E-Mail Address
-
tanuja.majety@gsa.gov, bonnie.echoles@gsa.gov
(tanuja.majety@gsa.gov, bonnie.echoles@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL The U.S General Services Administration (GSA), Public Buildings Service, National Capital Region, announces the opportunity for a Design-Build Construction Contract for the US Housing and Urban Development (HUD) Headquarters Weaver Building in SW Washington, DC The National Capital Region (NCR) includes the District of Columbia; Montgomery and Prince George's Counties in Maryland; Arlington, Fairfax, Loudoun, and Prince William Counties in Virginia; and all the independent cities in Maryland or Virginia within the geographic area bounded by their outer boundaries. THE PROJECT: The Robert C. Weaver Federal Building, located at 451 Seventh Street, SW, Washington, DC, is a ten story federal office building was constructed for the Department of Housing and Urban Development (HUD). The US Housing and Urban Development (HUD) Headquarters is located in SW Washington, DC. Contractor shall provide professional design services and all labor, materials, equipment and supervision for the fire alarm upgrades. This work includes designing and providing a new, complete analog/addressable network voice evacuation and bi-directional amplifier fire alarm system for the HUD located in SW Washington, DC. The system shall include all wiring, raceways, pull boxes, terminal cabinets, outlet and mounting boxes, control equipment, alarm, and supervisory signal initiating devices, alarm notification appliances, and all other accessories and miscellaneous items required for a complete operating system. The estimated price range is between $10.0M to $15.0M. The contract duration is 29 months from the start date on the Notice to Proceed. SOLICITATION: This solicitation will be made under FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) source selection. Lowest Price, Technically Acceptable means that the award will be made to the contractor whose price is lowest among all proposals that were deemed to be technically acceptable. The evaluation factors and significant sub-factors that establish the requirements of acceptability shall be set forth in the solicitation. The solicitation shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The North American Industry Classification System (NAICS) code for this work is 236220; Small Business Size Standard is $36.5 million. All responsible firms may submit an offer. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included in the RFP. GSA anticipates awarding one firm-fixed price contract as a result of the solicitation. The RFP will be available on or about August 21, 2015. It is anticipated that the proposals will be due approximately 30 days after the RFP is released. The actual date and time will be identified in the RFP package. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. Offerors must be registered in the System for Award Management (SAM) www.sam.gov. A Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to the receipt and acceptance of Notice to Proceed. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 29% for small business (SB), 5% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), 3% for HUB Zone Small Business (HUBZ), and 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB) for fiscal year 2015. In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. An acceptable subcontracting plan must be agreed to prior to award. No telephone requests will be accepted. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-15-MK-C-0039 /listing.html)
- Place of Performance
- Address: The Robert C. Weaver Federal Building, 451 Seventh Street, SW, Washington, DC, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN03817207-W 20150801/150731000000-6e0b86b13866ce30184174f09232343b (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 |