Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2015 FBO #4885
SOLICITATION NOTICE

Y -- Construction Contract for SA-7B IRM Office Project for the Department of State

Notice Date
4/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-15-YM-C-0084
 
Point of Contact
Tracy Parker, Phone: 202-205-2171
 
E-Mail Address
Tracy.Parker@gsa.gov
(Tracy.Parker@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA), National Capital Region, Washington, DC is issuing a solicitation for Requests for Proposals (RFP) for a single Firm-Fixed contract for the Department of State - IRM (SI Division Office) SA-7B located at Fullerton Industrial Park - 7944-7960 Angus Court Springfield, VA 22153. The estimated construction renovation cost is between $6 and $8 million and the period of performance for construction is one hundred and thirty-eight (138) calendar days; with an administrative period for security processing and badging prior to construction. All work will be performed in accordance with GSA authorized and approved standards. The SI Division of IRM (Bureau of Information Resource Management) will be relocated from SA-44 to a new office space at SA-7B. The SI Division consists of 3 offices with approximately 120 staff. The new office space at SA-7B is a leased warehouse, of which up to 30,000 square feet will be allocated for the new office (Bays 1 through 5). The project is to re-configure this as general working and mission special use office space. The project's design is for complete architectural and engineering services; and build-out is to include but not limited to complete demolition to exposed walls/floors/ceilings, and build-out of office spaces, inclusive of installation of new walls, doors, carpet, interior finishes, restriping of the parking lot, HVAC, DS installations, voice/data cabling, electrical, ADA, and fire/life safety requirements. Coordination is required to minimize disruption to adjacent occupied areas of DOS tenants. The contract will include an option for the construction of special mission use spaces within this office space in addition to the general build-out. This will require the contractor to have the appropriate Secret Level facility security clearances at award. The General Services Administration (GSA) is seeking eligible Small Business (SB) firms to perform General Construction Services for the Department of State (IRM - SI Division Office). This procurement is 100% set-aside for small business firms. All qualified and responsible firms, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business are encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement. A Request for Proposal is required for this Solicitation. Award shall be made in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process (LPTA) to the lowest evaluated price proposal that meets or exceeds the acceptability standards for the non-price factors. A technically acceptable proposal MUST be rated as acceptable for each non-price evaluation factor in order to be considered. A firm fixed price type contract will be awarded to the Offeror with the lowest priced, technically acceptable proposal. Successful offerors must be registered in Systems Award Management database at www.sam.gov per FAR 52.204-7. All prospective offerors are also required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission. You may access ORCA via the following URL, wwww.orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. This announcement represents the Government's official information for this procurement. Any information taken from other publications is used at the sole risk of the Offeror. The acquisition office cannot guarantee the accuracy information contained in other publications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-15-YM-C-0084/listing.html)
 
Place of Performance
Address: Fullerton Industrial Park, 7944-7960 Angus Court, Springfield, Virginia, 22153, United States
Zip Code: 22153
 
Record
SN03694256-W 20150410/150408235933-b66f8f7f20b14cec135feeb3af1086e2 (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.