SOLICITATION NOTICE
Z -- Gate 6 Pedestrian Path Improvements, St Elizabeths West Campus SE WASH DC
- Notice Date
- 10/23/2024 11:33:50 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47PM0025R0002
- Response Due
- 12/9/2024 12:00:00 PM
- Archive Date
- 06/30/2025
- Point of Contact
- Bonnie E Echoles, Phone: 2024412912
- E-Mail Address
-
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOL. 47PM0025R0002, Gate 6 Pedestrian Path Improvements, St Elizabeths West Campus SE WASH DC Total Small Business Set-Aside (FAR 19.5) The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR), intends to issue a Request for Proposal (RFP) for a single Firm Fixed-Price Contract for new Design-Build construction services for Gate 6 Pedestrian Path Improvements, St Elizabeths West Campus SE WASH DC. The work to be performed under the terms of this contract will include, but will not be limited to, furnishing all management, supervision, subcontractors, consultants, labor, materials, supplies and equipment to:� a. Replace current octagon stop sign with a solar-powered flashing LED octagon stop sign at the corner of Gatehouse 6 and Dorothea Dix Road. b. Install a single flashing LED yellow light pole with a built-in battery backup on both sides of the driveway. c. �Install static traffic warning signs at each light pole to alert pedestrians of approaching traffic. A determination by the Government to compete this requirement as a set-aside is solely within the discretion of the Government, as authorized by statue. The North American Industry Classification System (NAICS) code for this requirement is 238210 Electrical Contractors and Other Wiring Installation Contractors; small business size standard is $19.0 million in average annual receipts over the past three years. Period of performance for Design-Build services is 180 calendar days from receipt of a proper Notice to Proceed. Cost Range: Between $250,000.00 to $500,000.00. All responsible firms may submit an offer. [It is imperative to read fully the Solicitation Documetns and Technical Factors.] 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, 15 calendar days of issuance of this notice. �A MANDATORY pre-proposal meeting/SITE WALK will be conducted at 1:00PM on November 18, 2024. (In case of change in date, refer to the RFP package.) Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be at least 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All �information, amendments, and responses to questions concerning this solicitation will be electronically posted at the government point of entry (GPE) website: http://www.SAM.gov. Interested firms must be registered in the System for Award Management (SAM). Firms may register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fsd.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 SAM 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 SAM posting. Offerors will not be reimbursed for proposal submittal expenses. �Award is subject to the availability of funds. 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 SAM 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
-
SAM.gov Permalink
(https://sam.gov/opp/70a6df0e28c04690a4c975965e489f1e/view)
- Place of Performance
- Address: Washington, DC 20032, USA
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN07247299-F 20241025/241023230104 (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 |