The RFP Database
New business relationships start here

Masonry repairs and repointing


Massachusetts, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Government requires exterior masonry repair and repointing at the J.W.McCormack Federal Office Building located in downtown Boston, MA.   The J.W. McCormack Federal Building listed on the National Register of Historic Place and is a 22-story Art Deco building serving as a National Model for the integration of Historic Preservation.  This work will consist of but not necessarily limited to the following: repair and repoint the large scale granite masonry, masonry joints and large scale terra cotta panels installed on the building exterior.  The contractor shall furnish all construction services, labor, equipment (except as otherwise provided), tools, material, travel, supplies, management and supervision necessary to perform all work in accordance with the Statement of Work.

Qualifications include meeting the competency qualifications defined in the GSA Guide for Placing Competency of Bidder Clauses in Construction Contracts for Historic Structures https://www.gsa.gov/real-estate/historic-preservation/historic-preservation-policy-tools-re/preservation-tools-resources/proof-of-competency-other-documentation and a record of satisfactory performance on former Government construction contracts

The contract performance period for this work is 485 calendar days.   This work is expected to begin this Fall 2018. 

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 HUB Zone businesses.  All large businesses will need to submit a Small Business Subcontracting Plan with your proposal.  

The appropriate NAICS Code is 238140 Masonry Contractors with a small Business Standard of $15.0 million dollars annual revenue for the previous three years.   The estimated magnitude of construction, per FAR 36.204 – Disclosure of the Magnitude of Construction Projects, is between $5,000,000.00 and $10,000,000.00.  All individuals working on this project will be required to obtain security clearances. The award of this contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the Soliciation in advance of such time as funds are made available.

This will be a competitive procurement, using FAR Part 15.101 Best Value Continuum Source Selection Procedures. As outlined in FAR Part 15.101-1 Tradeoff Process.   This procurement method utilizes technical (inclusive of past performance) and price evaluations as a basis for award, 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 equals to price.  Evaluation Factors are listed in descending order of importance:  1) Experience on Similar Projects, 2) Qualifications and experience of Key Personnel, 3) Past Performance, 4) Project Management Plan and Approach

This is a negotiated procurement and there will NOT be a public bid opening.  The solicitation, agreement, specifications, drawings and other applicable documents are availabe on 7/6/2018, for electronic download from the Federal Business Opportunities website at www.fedbizops.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.fbo.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 includes information for a scheduled Pre-proposal Conference on Tuesday, July 24, 2018 at 10:00 am.  All interested in attending, need to confirm attendance via email to michele.valenza@gsa.gov, by Friday July 20, 2018.

 

CONTRACTORS ARE REQUIRED TO REGISTER WITH THE System for Awards Management (SAM).  Information regarding registration can be found at http://www.sam.gov.

 

Should there be any questions, please contact Michele Valenza, Contracting Officer, at 617‑565‑8508 or via e-mail at michele.valenza@gsa.gov. ; PROPOALS ARE DUE AUGUST 7, 218 AT 2:00PM EST.  All proposals are to be submitted to Michele Valenza, Contracting Officer, General Services Administration, Acquisition Management Div., Thomas P. O’Neill, Jr., Federal Building, 10 Causeway Street, 11th Floor, Boston, MA  02222. 


Michele Valenza, Phone 6175658508, Email michele.valenza@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP