SOLICITATION NOTICE
Y -- RECOVERY: Construction Services to Renovate Tenth and Eleventh Floors of the ONeil Federal Building
- Notice Date
- 2/1/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077
- ZIP Code
- 02222-1077
- Solicitation Number
- ONeilPhasethree
- Point of Contact
- Kimberly Yates, Phone: 6175656013, Deborah A. Fournier, Phone: (617) 565-5970
- E-Mail Address
-
kimberly.yates@gsa.gov, deborah.fournier@gsa.gov
(kimberly.yates@gsa.gov, deborah.fournier@gsa.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RECOVERY. The requirement of this project is for the procurement of a qualified construction firm to provide all supervision, labor, materials and equipment necessary to provide for Renovations of the 10th and Eleventh Floors of the O’Neill Federal Building, Boston, MA. The work includes, but is not limited to: Renovate the entire Eleventh Floor and a portion of the Tenth Floor of the Thomas P. O’Neill Federal Building to allow the construction and relocation of several departments within the Public Building Service. This project is the third in a series of phases to realign departments. The O’Neill Phase III Project will involve the renovation of approximately 43,900 square feet, including approximately 36,100 on the Eleventh Floor, and 7,800 square feet on the Tenth Floor to construct permanent offices, work stations, conference rooms, and support spaces for the General Services Administration – Public Buildings Service (PBS). Approximately two-thirds of the eleventh floor will remain occupied during the project, and will require a series of separate sub-phases to construct a portion of the final layout, relocate offices, work stations, support spaces, and occupants, and proceed with the next phase of work in the vacated space. All construction phasing, activities, and access, including any temporary system shut-downs, must be fully coordinated and approved in advance by PBS and the Building Manager. Construction is to be completed with minimal disruption to occupants and functions within the building. The project will be funded under the American Recovery and Reinvestment Act of 2009, (ARRA), and must comply with all ARRA requirements regarding commissioning, energy conservation, and reporting. It is a goal of the project to achieve as many LEED – CI credits as possible, by following the LEED Guiding Principles for Sustainable Existing Buildings. The contract performance period is approximately 420 calendar days. The magnitude of construction is between $5,000,000 and $10,000,000. The NAICS Code is 236220. Size standard is $33.5 Mil. All individuals working on this project will be required to obtain security clearances. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit, and, whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, qualified/experienced personnel, management plan/technical approach, and on their price proposals. The acquisition process shall consist of a Two-Step Source Selection. In Step one, technical packages will be submitted and evaluated and scored, then a short list of qualified firms will be posted on FedBizzOps. Plans and specifications through FedBizzOps. In step two, prices will be evaluated and award will be made to the offeror with the best value proposal to the government. Failure of offerors to submit a technical offer during Step 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are equal to price related factors. The Government has reserved the right to make an award without discussions. The technical factors for the evaluation process are, in descending order of importance: 1. Past Performance, 2. Management and Technical Approach to Completing Phased/Building Occupied Construction Projects. 3 Qualifications and Experience of Key Personnel. The NAICS code applicable to this project is 236220 Size standard is $33.5 million. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of this Solicitation (RFP), minus the technical specifications and drawings will be available through the World Wide Web only on or about 2/15/10 @ www.fedbizopps.gov The solicitation, including drawings and specifications, will be issued on www.fedbizopps.gov. In order to access the solicitation documents, interested contractors must registered in CCR. Contractors are responsible for printing the solicitation and all related documents. It is the contractor’s responsibility to monitor this site for the release of the solicitation, any amendments and related information.Additional information on how to obtain 100% Solicitation documents will be issued in the RFP. The RFP will provide date, time and location for the Pre-Proposal Conference. THIS PROCUREMENT IS SET ASIDE FOR AWARD TO Service Disabled Veteran Owned Small Business. Certification of such certification must be provided. OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED CONTRACTORS WILL BE REQUIRED TO REGISTER WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) AT: http://www.ccr..gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/ONeilPhasethree/listing.html)
- Place of Performance
- Address: 10 Causeway Street, Boston, Massachusetts, 02222, United States
- Zip Code: 02222
- Zip Code: 02222
- Record
- SN02054466-W 20100203/100201234856-d462a55ada61bf90ccaabb364c3e565f (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 |