Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

Y -- NASA Measurement Systems Laboratory

Notice Date
8/11/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
RJP-NASA_MSL-0001-8-11-2015
 
Archive Date
10/30/2015
 
Point of Contact
Raymond J. Porter, Phone: 2154464664
 
E-Mail Address
raymondj.porter@gsa.gov
(raymondj.porter@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. General Services Administration (GSA) will be soliciting construction firms to provide all labor, material, equipment, and supervision necessary for construction of a Measurement Systems Laboratory (MSL) at the NASA Langley Research Center located in Hampton, Virginia. NASA is in the fourth phase in the multi¬year Revitalization Plan at the Center, a master planning effort aimed at consolidating and modernizing existing aging facilities on the sprawling campus into a smaller, state of the art, core campus environment. The fourth new building will most closely represent the core mission and culture at Langley - Science and Research. The collocation of six Branches and their associated laboratories, representing both the Research and Engineering Directorates, will allow Langley to leverage increased communication capability with the hope of reducing the time it takes to get an idea from concept to application. The MSL Building Program consists of six typical laboratory types inclusive of Laser / Calibration / Sensor, Chemistry, Electronics, Prototyping and Clean Rooms. This building will have the following characteristics: Building Type: Laboratory and Supporting Office Space Building Size: Approximately 175,000 gross square feet in addition to site work. Procurement: Design Bid ­Build. At a minimum, shall meet U.S. Green Building Council's LEED Silver Certification. Selection Process: GSA will utilize a two­step, best value source selection process: The selection factors for each phase are as follows: Phase One: ­ Prior Experience and Past Performance on Relevant Projects ­ Project Team Qualifications ­ Safety ­ Subcontracting Methodology Phase Two: ­ Project Management and Delivery Plan ­ Interactive Discussions ­ Project Labor Agreement ­ Price Offerors will also need to provide proof of bonding capacity as part of their Phase I submission. A minimum Bonding capacity of $50 million for a single project will be required. Offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA is accepted by GSA, the awardee shall be required to execute a Project Labor Agreement with one or more appropriate labor organizations for the term of the resulting Contract. GSA is promoting the use of registered apprenticeship programs on this project. An Apprenticeship Plan is required after award. This project is to be awarded as a firm fixed price contract. The estimated project cost is between $50,000,000 and $100,000,000. Award will be made to the firm offering the best value to the Government in terms of price and technical merit. The NAICS code applicable to this project is 236220. This procurement is being solicited on an unrestricted basis. This announcement also constitutes the synopsis of the pre­invitation notice. There will be one Pre­Proposal Conference for Prime Contractors, providing instructions for the submission of Step 1 technical proposals which will be conducted on or about 15 September 2015. The purpose of this conference will be to address general questions regarding the overall project and the technical proposal package. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in an amendment to the solicitation. The general nature of this proposed contract will be discussed. Small businesses are highly encouraged to attend. Additional small business outreach efforts will be announced via an amendment to this FedBizOpps notice. Prior notification of attendance to this conference is mandatory. Please provide your company name and all potential attendees' full names to PBSProjectEmailbox@gsa.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation will only be available electronically. It will be available on or about August 31, 2015. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. For additional registration information, visit the FedBizOpps website, www.fbo.gov. Inquiries concerning the project should be directed to the following email address: PBSProjectEmailbox@gsa.gov and reference the solicitation number in the subject line. Contracting Office Address: The Strawbridge Building 20 North 8th Street, Philadelphia, Pennsylvania 19107¬3191 United States Place of Performance: NASA Langley Research Center Hampton, Virginia Primary Point of Contact.: Raymond J Porter Contracting Officer raymondj.porter@gsa.gov Phone: 215¬446¬4664 Secondary Point of Contact: Mark Lewandowski, Contracting Officer mark.lewandowski@gsa.gov Phone: (215) 446¬4576 Fax: (215) 209¬0408
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/RJP-NASA_MSL-0001-8-11-2015/listing.html)
 
Place of Performance
Address: Hampton, Virginia, United States
 
Record
SN03833304-W 20150813/150812000049-686937188134dacd43ccd41112a915af (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.