SOLICITATION NOTICE
56 -- Renovate Suites and Provide New Systems Furniture
- Notice Date
- 7/27/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Potomac Service Center (WPG), 301 7th Street, SW, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- GS11P16MKC7007
- Point of Contact
- Adrienne Smith, Phone: 202-205-9794
- E-Mail Address
-
adrienne.smith@gsa.gov
(adrienne.smith@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSALS. The General Services Administration, Public Buildings Service, National Capital Region, intends to issue a Request for Proposal for Renovation of Suites and Provide New Systems Furniture at the Postal Square Building, 2 Massachusetts Avenue, NE, Washington, DC. THIS PROCUREMENT WILL BE SET ASIDE FOR ALL SMALL BUSINESSES LOCATED IN THE NATIONAL CAPITAL REGION. The National Capital Region (NCR) includes the District of Columbia; Montgomery and Prince George's Counties in Maryland; Arlington, Fairfax, Loudoun, and Prince William Counties in Virginia; and all the independent cities in Maryland or Virginia within the geographic area bounded by their outer boundaries. The Project: On behalf of the Bureau of Labor Statistics (BLS), the General Services Administration (GSA) requires an approximate 47,321 square feet renovation at 2 Massachusetts Avenue, NE, Washington, DC. The building is known as Postal Square and is located near Union Station Metro. Work shall occur in the following suites: 4110, 4130, 4160, 4170, 4175, 4840, 4860, 5110, 5140, 5160 and 5180, and providing new systems furniture. The entire building was renovated in the early 90's. The building is owned by the Postal Service, and is leased by GSA. The majority of the office suites are located on raised access flooring. The general scope of work includes but not limited to: minor demolition of finished floor to finished ceiling partitions, reconstruction of finished floor to finished ceiling partitions, removal and replacement of ceiling lights, ceiling tile, carpet, vinyl cove base, repainting of the entire suites(s) i.e., walls, doors, frames, window trim, etc., new doors and hardware, relocation of floor services modules, and relocation of air diffusers, rebalance of the HVAC system, and replacement of the IT infrastructure for the scope area. Contractor shall provide systems furniture and installation services. All construction work is to take place within an occupied Government facility during non-operating hours. Cost range for the project is between $1,000,000 and $5,000,000. The period of performance will be 291 - calendar days from notice to proceed (NTP). The Solicitation: This solicitation will be made under FAR 15. Award will be made to the offeror with the best overall value to the government. The North American Industry Classification System (NAICS) code for this work is 236220; Small Business Size Standard is $36.5 million. All responsible firms may submit an offer. This is a competitive negotiated acquisition governed by procedures in FAR 15. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Proposal submission instructions will be included in the RFP. GSA anticipates awarding one firm-fixed price contract as a result of the solicitation. The RFP will be available on or about August 15, 2016. It is anticipated that the proposals will be due approximately 30 days after the solicitation is released. The actual date and time will be identified in the RFP package. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. INTERESTED FIRMS ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. Offerors must be registered in the System for Award Management (SAM) www.sam.gov. A Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to receipt of Notice to Proceed. No telephone requests will be accepted. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WP/GS11P16MKC7007/listing.html)
- Place of Performance
- Address: Postal Square, 2 Massachusetts Avenue, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN04197707-W 20160729/160727234600-8d5619634878003e8364baebb697f3a3 (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 |