Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
SOLICITATION NOTICE

Y -- Office of Emergency Management II Conference Center - OEM II Solicitation

Notice Date
4/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
GS-11-P-17-MK-C-0010
 
Archive Date
6/16/2017
 
Point of Contact
Suemi Smith, Phone: (202) 205-4664, Richard L. Brooks, Phone: (202) 205-1624
 
E-Mail Address
suemi.smith@gsa.gov, richardl.brooks@gsa.gov
(suemi.smith@gsa.gov, richardl.brooks@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Mount Weather Access Application Document Security Form OEM II Contractor's Qualifications and Financial Information Payment Bond Performance Bond Mount Weather Area A Access Policy Clarke County, VA Wage Determination Statement of Work for OEM II Representations and Certifications for OEM II The Agreement for OEM II The Solicitation for OEM II SF1442 The General Services Administration (GSA) is hereby publishing a combined synopsis/solicitation under GSA Solicitation No. GS-11-P-17-MK-C-0010, a Construction Contract for BUILDING 602, OFFICE OF EMERGENCY MANAGEMENT II & CONFERENCE CENTER. The OEM Conference Center II is to be constructed within the existing Mount Weather Emergency Operations Center Campus. The project includes the construction of a new 65,000 SF Facility along with associated site utilities, entry roads and hardscaping and the minor modification of the existing conference center. The New Conference Center Facility will consist of staff offices, training rooms, warehousing and associated loading dock and billeting for training operations. The main building entry includes a drop off area for personnel and a two story atrium. The facility footprint is approximately 105’ x 320’ with the primary structure being 3 stories. The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. The estimated construction cost range is between $20M - $40 million. The NAICS code for this solicitation is 236220. The Construction Performance Period shall not exceed 730 days. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The "Lowest Price, Technically Acceptable" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to award the project to a technically qualified lowest bid. All construction personnel working on this project must comply with the Homeland Security Presidential Directive 12 (HSPD 12) requirements. The General Services Administration has now made this RFP available electronically at www.FBO.gov as of April 3, 2017. This site provides instructions for downloading the RFP. Bids are due 60 calendar days after RFP issuance. In accordance with the requirements of the RFP, all proposals will be submitted to GSA on June 1, 2017 by 2:00 PM Eastern time to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, 7 th and D Streets, SW, Washington, DC 20407. Drawings, specifications and other pertinent documents will be available on Compact Disk (CD) and will be distributed in person after the RFP issuance date. To obtain a copy of the CD, each prospective Offeror will need to send a completed Document Security Form (included as an attachment to this Solicitation Notice) with a valid copy of the firm’s business license to the Contracting Officer, Richard L. Brooks and the Contract Specialist, Suemi Smith. These documents may be emailed to richardl.brooks@gsa.gov or suemi.smith@gsa.gov, or delivered to the GSA Regional Office Building, 7th & D Streets, SW, Room 6651. A site visit is scheduled for Monday, April 24, 2017 at 11:00 AM at the Mount Weather Emergency Operations Center Campus. All persons interested in attending must submit Mount Weather Access Form no later than Monday, April 17, 2017. Access forms are also included as an attachment to this Solicitation documents. All questions pertaining to this RFP Notice should be directed to the Contracting Officer and Contract Specialist. The factors that will determ ine whether an offeror’s proposal will be deemed technically acceptable are as follows: 1. PAST EXPERIENCE OF FIRM The offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years, which are comparable in nature, type, and complexity to the project in this solicitation. 2. PAST PERFORMANCE : This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. 3. KEY PERSONNEL : This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. INTERESTED PARTIES 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11-P-17-MK-C-0010/listing.html)
 
Place of Performance
Address: Bluemont, Virginia, Bluemont, Virginia, United States
 
Record
SN04457590-W 20170405/170403234957-7775db7e86c2f973f36c22af61c73ff0 (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.