Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2017 FBO #5831
MODIFICATION

Z -- Suite Renovation at Postal Square - Amendment 1

Notice Date
11/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Repair & Alterations Center 3 (47PM06), 7th & D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
47PM0618R0002
 
Point of Contact
Michael Spriggs, Phone: 202-2977813, Isaac Karto, Phone: 817-505-5020
 
E-Mail Address
michael.spriggs@gsa.gov, isaac.karto@gsa.gov
(michael.spriggs@gsa.gov, isaac.karto@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Revised Request for Qualifications The Request for Qualifications is amended to make the following changes: -The RFI's are now due 11/20/17 at 4:00pm. -The qualification factors are now weighted. The General Services Administration (GSA), National Capital Region, Office of Acquisition, intends to issue a Request for Proposal (RFP) for firm fixed price contract for design-build services to renovate existing office space in Suite G240, located in the Postal Square Building, 2 Massachusetts Ave, NE, Washington, DC. The renovation area is approximately 4,000 square feet. The magnitude of the project is estimated to be between $500,000 and $1,000,000. The work to be performed under the terms of this contract may include, but is not limited to: The Design /Build services for general construction, as follows: A/E services for design, electrical, mechanical and fire protection engineering. Perform renovations, general construction services including wall partition construction, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway,; carpet tile installation; painting; HVAC duct work modification and repair; door, door frame, and door set hardware installation of raceway and ring and string for communications cabling; grid ceiling and lighting system design and installation; modification of existing building fire sprinkler systems and fire alarm systems; and other such related work which would be outlined in task order and job drawings. Contractor is to comply with GSA C&D Waste Management Plan. This requirement is set-aside 100% for Service Disable Veteran Owned Business concerns. The North American Industry Classification System (NAICS) codes for this work is 236220, small business size standard is $36.5 million. Limitations on Subcontracting will apply and are subject to FAR 52.219-27 where the prime contractor must perform no less than 15% of the cost of the contract, less material, with their own employees. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. The solicitation is anticipated to be issued on or around November 1, 2017. A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. 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. Offerors will not be reimbursed for proposal submittal expenses. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/109088b1c9e2a8092f88636bbbcafea4)
 
Place of Performance
Address: 2 Massachusetts Ave NE, Washington, District of Columbia, 20212, United States
Zip Code: 20212
 
Record
SN04735426-W 20171110/171108231043-109088b1c9e2a8092f88636bbbcafea4 (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.