Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

Y -- Construction of Land Border Port of Entry at Portal, North Dakota, using CMc method

Notice Date
11/22/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-08P-07-JF-C-0002
 
Response Due
1/12/2007
 
Archive Date
6/30/2007
 
Description
DESCRIPTION OF PROPOSED WORK: The Government is seeking a qualified contractor to construct a new port of entry on the Canadian border under a Construction Manager as constructor (CMc) contract arrangement. The work consists of preconstruction services including cooperation with and advice to the design architect during a value engineering effort, price validation, and then demolition of the existing buildings, site work, and an option for construction of a new 72,125 gross square foot facility including 22 inside and 90 outside parking spaces. If the value-engineering effort renders a final price for construction within available funding, the Government intends to exercise the option for construction. If the value engineering effort does not render a final price for construction within available funding, the Government will not exercise the option for construction. **Estimated Price Range: $15 to $20 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: December 7, 2006 **Proposals Due: January 12, 2007; 12:00 Noon Mountain Time **Award Date: February 13, 2007 **Completion of contract performance: 610 calendar days after notice to proceed PROCEDURES FOR AWARD: Offers will be evaluated using the tradeoff process. A solicitation will be issued requesting offerors to submit in writing both a technical and a price proposal by the offer due date and time. Responsive offers will be evaluated on technical capability, past performance, and price. The offer that represents the best value to the Government, considering both cost or price and non-cost factors, will win the award. The Government intends to award without holding 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 available for electronic download through a link on the solicitation to the secure FedTeDS website, where the specifications and drawings will be posted. Paper copies or compact discs will not be distributed. All interested parties who wish to download the specifications and drawings MUST REGISTER at the FedTeDS website at https://www.fedteds.gov. Interested parties are strongly encouraged to register at the earliest possible convenience. At a minimum, vendors must have a FedTeDS username and password to log in to FEdTeDS. Registering for a vendor username and password requires: (1) MPIN from CCR, (2) DUNS or CAGE Code. Note: Once registered, vendors can use the same username and password for all subsequent logins. Vendors should not go directly to the FedTeDS website to download specifications and drawings. Instead, the link from the solicitation on FedBizOpps should be used to access the technical documents. For more information on either CCR or DUNS number, visit http://www.ccr.gov or http://www.dnb.com. FEE FOR SOLICITATION DOCUMENTS: None. AWARD RESTRICTIONS: None. Pursuant to the Small Business Competitiveness Demonstration Program, competition for this procurement is unrestricted (full and open). All qualified responsible firms, large or small, are encouraged to submit an offer for consideration. SITE VISIT: Prospective offerors are encouraged to visit the site; however, no formal guided 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: The construction line items are subject to availability of funds. Note: Congress has allocated funds for this project. BONDING: Each offeror must submit a bid bond for 100% of the value of the preconstruction services line item AND a signed letter from the surety demonstrating commitment to write performance and payment bonds for 100% of the value of the construction line items if and when those options are exercised by the Government. SECURITY: Before allowed to work on this project site, all personnel are required to pass a security check. Applicable 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. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. 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. Trade agreements will apply in accordance with Federal Acquisition Regulation (FAR), Subpart 25.4. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, Nonavailable Articles, or those excepted by virtue of a trade agreement in accordance with FAR 25.4--Trade Agreements, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must be approved by the Government before the requested material may be used in this construction project. ELIGIBLE OFFERORS: All responsible firms may submit a proposal to be considered by the agency.
 
Place of Performance
Address: 301 West Railway Avenue, Portal, Burke County, North Dakota
Zip Code: 58772
Country: UNITED STATES
 
Record
SN01185926-W 20061124/061122221012 (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.