Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

Z -- Amendment 0002 - Region 4,GSA PBS, Design-Build Concrete and Crack Water Fountain Repairs, Fort Lauderdale, FL

Notice Date
9/9/2020 4:53:08 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R4 ACQUISITION MGMT DIVISION ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
47PE0720R0069
 
Response Due
9/16/2020 12:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Reginald Pratt, Tiffany Tatham
 
E-Mail Address
reginald.pratt@gsa.gov, tiffany.thatam@gsa.gov
(reginald.pratt@gsa.gov, tiffany.thatam@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of Amendment 0002 to solicitation 47PE0720R0069 is to: Provide responses to Request for Information (RFI). See attachment titled �Ft. Lauderdale Fountain Repair RFI Responses�. Access to drawings will be based upon request. Please request access to drawings on beta.SAM. After request is reviewed/verified, access will be granted to the drawings for each requestor. See attached drawings titled �Combined File Structural FB-CT Ft. Lauderdale FL�. The closing date for proposals remains unchanged. All other terms and conditions remain unchanged. ////////////////////////////////////////////LAST ITEM//////////////////////////////////////////////////////// The purpose of Amendment 0001 to solicitation 47PE0720R0069 is to: 1.� Provide a Request for Information (RFI) due date: Due Date 9/1/2020 by 3:00 pm (E.S.T.) Please send (RFIs) via email to reginald.pratt@gsa.gov 2.� Revises Factor 3 management Approach in the sections below: II.D. Technical Proposal �(3) Management Approach The Government will evaluate the offeror�s understanding of the work required on the proposed contract. This factor is concerned with the Offeror�s understanding of the project requirements and the management approach. Offerors shall provide a written Management Plan and Schedule for the Project. The Management Plan shall explain how the various team members will work together and the methodology and processes for managing this entire Project. Offerors shall describe their approach to managing and delivering a project of the magnitude and complexity of THIS project under budgetary and time constraints. The description shall include a discussion of offeror�s approach to managing the project to meet or exceed performance criteria, on schedule, and within budget. Offerors should include discussions of how the schedule for the project will be met while, at the same time, managing any changes that may occur. Offerors shall also submit a proposed project schedule in Microsoft Project Tracking Gantt chart format. The page limit for the Management Plan is three (3) pages using twelve (12) point font. Theproject schedule does not count against the page limit. Acceptable: The offeror�s Management Approach will be evaluated as an indicator of the Offeror's understanding of the project requirements. Management Approach will be evaluated on the basis of the information submitted by the Offeror indicating understanding of the schedule and performance criteria. The Offeror must have a logical, fully coordinated, and concise Management Plan and Schedule. VI.B. Lowest Price Technically Acceptable Evaluation Process (c) Factor 3 - Management Approach Evaluation Criteria: The Government will evaluate the offeror�s understanding of the work required on the proposed contract. This factor is concerned with the Offeror�s understanding of the project requirements and the management approach. Acceptability Standard: Offerors shall provide a written Management Plan and Schedule for the Project. The Management Plan shall explains how the various team members will work together and the methodology and processes for managing this entire Project. Offerors shall describe their approach to managing and delivering a project of the magnitude and complexity of THIS project under budgetary and time constraints. The description shall include a discussion of offeror�s approach to managing the project to meet or exceed performance criteria, on schedule, and within budget. Offerors should include discussions of how the schedule for the project will be met while, at the same time, managing any changes that may occur. Offerors shall also submit a proposed project schedule in Microsoft Project Tracking Gantt chart format. The page limit for the Management Plan is three (3) pages using twelve (12) point font. The project schedule does not count against the page limit. Acceptable: The offeror�s Management Approach will be evaluated as an indicator of the Offeror's understanding of the project requirements. Management Approach will be evaluated on the basis of the information submitted by the Offeror indicating understanding of the schedule and performance criteria. The Offeror must have a logical, fully coordinated, and concise Management Plan and Schedule. 3.� The closing date for proposals remains unchanged.� 4.� All other terms and conditions remain unchanged.� ////////////////////////////////////////////////////////LAST ITEM////////////////////////////////////////////////////////// The General Sevices Administration (GSA) Sountheast Sunbelt Region 4 announces the opportunity for a Request for Proposal to provide design and build construction services for the Fort Lauderdale Building and U.S. Courthouse, Fort Lauderdale, FL.� The work involves the design-build services for the repair of selected cracks, spalls and deteriorated concrete at several of the existing concrete structual columns, beans, and curbs at theFort Lauderdale Federal Building and U.S. Courthouse, Fort Lauderdale, Florida with all incidental and related work for a complete structural concrete repair ready for the use intended.�� ***This procurement is set-aside for Total Small Business***�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d88476d8fa1545359e6eec53c948536c/view)
 
Place of Performance
Address: Fort Lauderdale, FL 33301, USA
Zip Code: 33301
Country: USA
 
Record
SN05791544-F 20200911/200909230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.