SOLICITATION NOTICE
Y -- DOC A Phase 2B Tenant Fit-Out St Elizabeths West Campus, SE Washington D.C.
- Notice Date
- 4/16/2018
- Notice Type
- Presolicitation
- 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
- EQWPMA-18-0061
- Archive Date
- 9/30/2018
- Point of Contact
- Gabrielle Gipson, Phone: 2024019653, AnnabelleBarnettContee, Phone: 2025617848
- E-Mail Address
-
gabrielle.gipson@gsa.gov, Annabelle.Contee@gsa.gov
(gabrielle.gipson@gsa.gov, Annabelle.Contee@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- TOTAL SMALL BUSINESS SET-ASIDE The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposals (RFP) for a negotiated procurement for Tenant Fit-out Services for the United States Department of Homeland Security Headquarters (DHS) Operations Center (DOC) located at the St Elizabeths West Campus, SE, Wash., DC. Project Description (at minimum): Tenant fit-out for Office of Health Affairs Decision Support Center on Lower Level 3. Tenant fit-out for Domestic Nuclear Detection Office Joint Analysis Center, United States Secret Service and Immigrations and Custom Enforcement Joint Intelligence Operations Center on the Lower Level 2. Installation of raised floor in tenant spaces on Lower Levels 2 and 3. Fit-out of new Break Room on Lower Level 2 Construction of a new communications closet on Lower Level 2. Construction of new Pressurized Vestibule on Lower Level 1 at the access point to the tunnel to the West Addition. Reconfiguration of the cooling system of existing comm closet on Lower Level 2. The estimated construction cost range is between $5 - 10 million. The Construction Performance Period shall not exceed 12 months. This contract is being procured using the Lowest Price Technically Acceptable Evaluation Process. The contract will be Firm Fixed Price. The Government will evaluate all technical proposals on a pass/fail basis to determine all offers that meet the minimum technically acceptable requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. An unacceptable rating for any one factor makes the entire proposal unacceptable. Award will be made on the basis of the lowest evaluated price of proposals meeting, or exceeding, the acceptability standards for non-price factors. The Technical Evaluation Factors: (1) Experience on Similar Projects This factor evaluates the extent of the Offeror's past experience as a firm in providing similar tenant fit-out services to determine the firm's experience in completing the tasks detailed in the performance work statement. (2) Key Personnel This factor evaluates the Offeror's demonstrated qualifications of the key personnel. The Offeror must provide a Resume for the following Key Personnel: Project Manager for Construction On-site Construction Superintendent Quality Control Manager Project Scheduler (Resume must indicate Scheduling Software experience (e.g. Primavera, Microsoft Project) (3) Past Performance of Offeror 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. The General Services Administration will only make the RFP available electronically at www.FBO.gov. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. This site provides instructions for downloading the documents. All inquiries must be in writing, preferable via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction and the Size Standard is $36.5 million. This solicitation IS TOTAL set-aside for small business concerns. All responsible sources may submit a technical and price proposal package, which will be considered by the agency. Those Small Businesses possessing an SBA approved mentor-protégé agreement may submit a proposal for consideration as a Prime Contractor. Those Small Businesses possessing an SBA approved teaming arrangement agreement or an SBA approved joint venture agreement may submit a proposal for consideration as a Prime Contractor. 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. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included under the RFP. Only one proposal may be submitted by each offeror. Offerors will not be reimbursed for proposal submittal expenses. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/EQWPMA-18-0061/listing.html)
- Place of Performance
- Address: St Elizabeths West Campus, SE, Washington, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN04890875-W 20180418/180416230919-55ad5b2b025290bdc90c58ab7b91ba1f (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 |