Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2005 FBO #1489
SOLICITATION NOTICE

Y -- New Port of Entry, Portal ND

Notice Date
12/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
Reference-Number-8PF062008
 
Response Due
3/7/2006
 
Archive Date
5/31/2006
 
Small Business Set-Aside
8a Competitive
 
Description
TITLE OF CONSTRUCTION PROJECT: New Port of Entry for Portal, North Dakota *****DESCRIPTION OF PROPOSED WORK: The Government is seeking a qualified contractor to construct a new port of entry on the Canadian border. The work consists of demolition of the existing buildings and construction of a new 72,125 gross square foot facility including 22 inside and 90 outside parking spaces. **Estimated Price Range: $15 to $22 million **NAICS Code and Title: 236220, Commercial and Institutional Building Construction **Small Business Size Standard: $31.0 million *****LOCATION OF THE WORK: Portal, Burke County, North Dakota, USA *****TENTATIVE DATES: **Issuance of Solicitation: February 6, 2006; **Proposals Due: March 7, 2006; **Award Date: April 7, 2006 **Period of contract performance: 550 calendar days after notice to proceed *****PROCEDURES FOR AWARD: This procurement will be evaluated using the lowest price technically acceptable source selection process. A solicitation will be issued requesting offerors to submit in writing both a technical proposal and a price proposal by the offer due date and time. Offers will be evaluated in two stages, the first being non-cost factors including technical capability and past performance. Those offers found to be acceptable will then be evaluated on price. Award will be made one responsive responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government intends to award without discussions but reserves the right to do so. *****PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. Specifications and drawings will be issued on compact disc and sent at no charge to interested offerors after the solicitation has been posted. In order to obtain these plans, offerors must submit three items: (1) a completed "Request for Construction Documents" form, (2) a copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business, AND (3) a copy of a valid picture driver's license of the person responsible for the documents. The Request for Construction Documents form may be obtained by sending an email request to nancy.gertler@gsa.gov, and a copy will be sent to the requester electronically. To obtain plans and specifications, submit the completed request package to Contracting Officer Nancy Gertler, Office of Property Development (8PF), U.S. General Services Administration, P.O. Box 25546, Denver CO 80225. Request packages may be submitted prior to posting of the solicitation. Prospective offerors are encouraged to submit requests as expeditiously as possible since the solicitation will be issued without further notice. Only original signatures will be accepted. *****AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible 8(a) concerns having a bona fide place of business within the State of North Dakota. *****SITE VISIT: Prospective offerors are encouraged to visit the site; however, no formal guide site visit will be conducted. Visitors should schedule a date and time with Brent Beeter, Port Director, phone number (701) 926-4241. The address for the Port of Entry is 301 West Railway Avenue, Portal, North Dakota 58772. Mr. Beeter or his staff will keep a record of the identity and company affiliation of all offerors' representatives who inspect the site but will not answer questions. *****FUND AVAILABILITY: This procurement is subject to availability of funds. *****OPTIONS AND ALTERNATES: The Government anticipates that the following options and alternate will be included in the solicitation and will be considered in evaluation of offers: **Option 1: Extra truck parking area (allows for concrete pavement) **Option 2: Second non-commercial primary booth (concrete base and conduit will be in base line item) **Option 3: Second non-commercial primary lane (concrete pavement) **Option 4: Two dock levelers for Commercial Secondary Building **Option 5: LEED Certification (cost for effort and documentation) **Option 6: LEED Silver Certification (additional cost for effort and documentation above basic LEED certification) **Alternate: Concrete paving in place of asphalt for automobile traffic only *****BONDING: Offerors will be asked to provide a letter from the surety showing capability to bond $22 million. *****SECURITY: Before allowed to work on this project site, all personnel are required to pass a security clearance. The necessary forms will be provided to offeror winning award. *****IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Immigration and Naturalization Service. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. *****BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project. *****ELIGIBLE OFFERORS: All responsible 8(a) firms may submit a proposal which shall be considered by the agency.
 
Place of Performance
Address: Port of Entry,, Department of Homeland Security,, 301 West Railway Avenue,, Portal, North Dakota
Zip Code: 58772
Country: US
 
Record
SN00957299-W 20051224/051222212751 (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.