SOURCES SOUGHT
Z -- Sources Sought - MDC PH II
- Notice Date
- 2/16/2016
- Notice Type
- Sources Sought
- 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
- MDC_PHII_SourcesSought
- Archive Date
- 3/30/2016
- Point of Contact
- Sherise Doyle-Brown, Phone: (202) 208-0350
- E-Mail Address
-
sherise.doyle-brown@gsa.gov
(sherise.doyle-brown@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS only and is NOT a request for proposals or qualifications. This notice does not represent a commitment by the government to issue a solicitation or award a contract. This is a request for information that can be utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for a Construction Services contract for the Beltsville Information Management Center (BIMC) MDC Phase II. This is a high-profile Department of State (DOS) project located at the SA-26 facility in Beltsville, MD and is required for compliance with the Federal Data Center Consolidation Initiative. This project includes construction for site development and infrastructure installation to support the phased installation of additional Modular Data Units at BIMC and the construction of a cast-in-place and metal paneled support structure. The project's scope of work includes but is not limited to: site work demolition, site work construction/horizontal construction, utilities (potable water, storm sewer, water, sanitary sewer, storm water management, electrical (underground, high voltage, medium voltage, low voltage)), utilities coordination with commercial power utility, environmental permitting and coordination with the Maryland Department of Environment, parking, roads, physical security fencing, vertical construction (new utility service building), data, telecommunication and security components and procure and install both generators and UPS system. This procurement is under the NAICS Code of 236220 and the cost range of the project is $30M to $40M. This contract will be a firm-fixed price contract. Construction is to be performed in accordance with the design specifications, drawings and provisions of the contract. The solicitation shall utilize the Lowest Price Technically Acceptable (LPTA) selection process in accordance with FAR 15.101-2. This process does not allow for tradeoffs and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the following non-cost factors of Past Experience as a prime construction contractor on similarly complex construction; Past Performance as a firm in providing general construction services on similarly complex projects; Key Personnel of Firm; and Management Approach that would include, but not be limited to, risk management, schedule, cost control including contingency management, change order management, as well as, delivering a project of this magnitude and complexity. RFP issuance is anticipated to be on/about 1 April 2016 and proposals will be due 30 calendar days after RFP issuance. If your firm has an interest in being considered for this project, then you SHALL SUBMIT by No Later Than 15 March 2016 at 10:00 AM VIA EMAIL to: sherise.doyle-brown@gsa.gov written "LETTER OF INTEREST" along with the required FACILITY SECURITY CLEARANCE LEVEL and LEVEL of SAFEGUARDING CAPABILITY CERTIFICATION INFORMATION as listed in items 1) through 5) below. It shall be noted that due to required Security Requirements, RFP packages SHALL only be distributed to those firms that have submitted the Letter of Interest and have submitted and hold the required Facility Security Clearance Level and Level of Safeguarding Information by the stated date and time of 15 March 2016 and meets all stated security clearance requirements. The Government shall verify all submitted required Security Clearance Information prior to the issuance of any RFP. Therefore should a firm not submit a written "Letter of Interest" and the required Security Clearance Information by 15 March 2016 at 10:00 AM nor meet the stated Facility Security Clearance Level and Level of Safeguarding requirements, the firm shall not be considered eligible for this project and shall not receive the RFP documents." 1) Requesting Offeror's Name, Address, DUNS # and Telephone # 2) Assigned Cage Code 3) Offeror's Facility Security Officer's (FSO) name, address, email and phone information 4) Offeror's Cognizant Security Office name, address and phone information 5) Certification of the Facility Security Clearance Level that the offeror holds and date clearance was received and including certification of the Level of Safeguarding Capability the offeror holds and date certification was received. The offeror shall hold a Facility Security Level of Secret and Level of Safeguarding Capability of Secret
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/MDC_PHII_SourcesSought/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN04020662-W 20160218/160216234340-73867911d7372bf1ef7785505e0cf73f (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 |