Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

Y -- New Secure Vault for Calexico - East

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-03-KTC-0054
 
Archive Date
3/21/2003
 
Point of Contact
Greg McSweeney, Contracting Officer, Phone 415-522-3121, Fax 415-522-3316, - Greg McSweeney, Contracting Officer, Phone 415-522-3121, Fax 415-522-3316,
 
E-Mail Address
greg.mcsweeney@gsa.gov, greg.mcsweeney@gsa.gov
 
Description
The General Services Administration (GSA) has a requirement for a qualified prime contractor to provide all labor, equipment, material, and incidentals needed for the construction of a free-standing secure vault, to be located at 1699 E. Carr Road, Calexico, California. The scope of this project is to provide materials, methods and all services necessary to grade an area and construct approximately 800 gross square feet of structure for the United States Customs. The construction package includes, but is not limited to the following tasks: Installation of underground utilities for plumbing, fire protection, mechanical, electrical power, lighting, communication and security systems. Soil grading as necessary to achieve a specific design elevation. Installation of several drilled-in piers composed of poured-in-place concrete. Installation of a poured-in-place concrete vault foundation, vault slab-on-grade, vault roof and associated sidewalks, curbs and gutters. Erection of structural walls composed on concrete block masonry units. Erection of a free-standing high security fence that surrounds the vault, entryway and parking area. Installation of new AC pavement surface to create an entryway and parking area for the vault. Installation of plumbing, fire protection, mechanical, electrical power, lighting, communication, HVAC and security systems as scheduled in the Contract Documents, for turnkey operation of this facility. Installation of an insulating roof membrane, doors and windows to secure and control the vault?s internal environment. All new construction under this project will comply with the latest Uniform Building Code (UBC), National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (UFAS)/American Disability Act (ADA) standards, etc. The estimated cost range is $500,000 to $1,000,000. The prime contractor shall be required to demonstrate a certain level of expertise and capability. This solicitation is being made under FAR 15.1 Source Selection. Award will be made to the offeror whose proposal conforms to all requirements of the solicitation and is considered to be most advantageous to the Government, cost or price and other factors considered. As technical proposals become more equal in their technical merit, the evaluated cost or price becomes more important. This Request For Proposal (RFP) will consist of two parts. Both technical and price proposals shall be delivered to the Government, in separate envelopes, at the same time. Technical proposals will consist of the offerors establishing their qualifications as Prime Contractors in accordance with the following Evaluation Standards: (1) Past Experience on Similar Projects, (2) Past Performance. Price proposals will evaluated in accordance with the full set of plans and specifications included as part of the RFP. A 20% Bid Bond will be required and Performance and Payment Bonds will be required prior to receipt of Notice to Proceed. Contractors are to submit a written request for a copy of the RFP (including plans and Specifications) to: Greg McSweeney, GSA, PBS, Property Development Division (9PCT), 450 Golden Gate Avenue, 3rd Floor-West, San Francisco, CA 94102-3434. Requests may be mailed or faxed to (415) 522-3316. Refer to RFP GS-09P-03-KTC-0054. The procurement is open to both large and small businesses under the Small Business Competitive Demonstration Program. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40% for Small Businesses, 5% for Small Disadvantaged Businesses, 5% for Small Women-owned Business, and 2% for HUB Zone Small Businesses, 3% for Small Veteran-owned Businesses. In support of the agency?s effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. Firms must provide a brief written narrative of outreach efforts made to utilize Small Disadvantaged, Women-owned, HUB Zone, and Veteran-owned businesses. An agreeable subcontracting plan must be agreed to prior to award.
 
Place of Performance
Address: U.S Border Station, 1699 East Carr Road, Calexico, CA
Country: USA
 
Record
SN00260040-W 20030216/030214213745 (fbodaily.com)
 
Source
FedBizOpps.gov 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.