SOLICITATION NOTICE
Z -- This is a presolicitation notice for a Design/Build project entitled Fire Alarm Upgrades at the James C. Cleveland Federal Building and Warren B. Rudman Federal Courthouse, Concord, NH. This is a design/build project for the design and construction replac
- Notice Date
- 9/8/2020 7:38:28 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
- ZIP Code
- 02222
- Solicitation Number
- 47PB0020R0027
- Response Due
- 8/18/2020 11:00:00 AM
- Archive Date
- 10/09/2020
- Point of Contact
- Michele Valenza, Phone: 6175658508, Carolyn Weekes, Phone: 6175655059
- E-Mail Address
-
michele.valenza@gsa.gov, carolyn.weekes@gsa.gov
(michele.valenza@gsa.gov, carolyn.weekes@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This presolicitation notice for a Design/Build project entitled Fire Alarm Upgrades at the James C. Cleveland Federal Building and Warren B. Rudman Federal Courthouse, Concord, NH.� This is a design/build project for the design and construction replacement of the fire alarm and emergency communication system at the James C. Cleveland Federal Building and Warren B. Rudman Federal Courthouse, 53 Pleasant St, Concord, NH 03301 The James C. Cleveland Federal Building is a 5-story (plus basement), concrete and steel building that contains 105,216 RSF. The building was constructed in 1966.� In 1996, the Warren B. Rudman Federal Courthouse was built as an annex to the Cleveland Building as a 4-story (plus basement and penthouse) concrete and granite building containing 145,980 RSF.� These two buildings share the 2.64 acre site that was original to the Cleveland Federal Building. Even though these two buildings have distinct and different tenants and functions, they are connected and share a common fire alarm system.� � This is a design-build project that involves the replacement of the existing fire alarm system to include a voice evacuation-type system that meets the current requirements of the applicable codes and standards.�� The design build contractor is to design, construct and commission a fully addressable fire alarm system and remove the existing fire alarm system. The contract performance period for this work is approximately 730 calendar days from issuance of the Notice to Proceed with an anticipated project start date of 2021.� The General Services Administration strongly encourages participation by small businesses and the related socioeconomic categories of small disadvantaged, women-owned, service disabled veteran-owned and HUBZone businesses. The appropriate NAICS Code is 238210 with a small business size standard of $15.0 million dollars.� Product Service Code Z1AA.� Estimated magnitude of construction, per FAR 36.204 � Disclosure of the Magnitude of Construction Projects, is between $1,000,000 and $5,000,000. �All individuals working on this project will be required to obtain security clearances. The approach to source selection for this procurement will be performed in accordance with FAR Part 15 and represents the best value to the government. The selection will be made in accordance with specific price and technical evaluation factors, not necessarily the lowest price. �The solicitation will require offerors to submit technical and price proposals.� Offers will be evaluated on technical capability and price, with technical quality being approximately equal to price.� Tentative Evaluation Factors are listed in descending order of importance: �1. Past Performance, 2. Similar Experience, 3. Qualification and Experience of Key Personnel, 4. Technical Plan, 5. Socioeconomic Status. This is a negotiated procurement and there will�NOT�be a public bid opening.� The solicitation, agreement, specifications, drawings and other applicable documents will be available on or about July 14, 2020 for electronic download from the beta System for Award Management website at www.beta.SAM.gov at no additional charge. �Contractors are responsible for printing the solicitation and all related documents. �It is the Offeror�s responsibility to monitor the site at www.SAM.gov. for the release of any amendments and/or other notifications of any changes to this solicitation (i.e. any amendments). �The Government reserves the right to cancel this solicitation. A bid guarantee is required and the offerors must provide Performance and Payment Bonds prior to award.� Offerors shall submit both written technical and price proposals. The solicitation will provide a date, time and location for the Pre-proposal Conference.� Pre-registration is required to attend the pre-proposal site visit. Contractors are required to Register with The System for Award Management (SAM) �at http://www.SAM.gov prior to Award. Should there be any questions, please contact Carolyn Weekes, Contract Specialist, at 617?565?8508 or via e-mail at Carolyn.weekes@gsa.gov. or� Michele Valenza, Contracting Officer at michele.valenza@gsa.gov.� Offers are anticipated to be due on or about August 18, 2020 at 2:00 P.M. Local time.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9184d41786434834b519e715bab01a37/view)
- Place of Performance
- Address: NH 03301, USA
- Zip Code: 03301
- Country: USA
- Zip Code: 03301
- Record
- SN05789742-F 20200910/200908230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |