The RFP Database
New business relationships start here

Renovation of SSMC 6th and 9th Floor


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

This constitutes a Request for Proposal (RFP) for the construction of an Office Renovation project. The work to be performed under the terms of this contract include, but is not limited to: The Design /Build services for general construction, as follows: A/E services for design, electrical, mechanical and fire protection engineering. Perform renovations, general construction services including wall partition construction, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway,; carpet tile installation; painting; HVAC duct work modification and repair; door, door frame, and door set hardware installation of raceway and ring and string for communications cabling; grid ceiling and lighting system design and installation .; modification of existing building fire sprinkler systems and fire alarm systems; and other such related work which would be outlined in task order and job drawings. Contractor is to comply with GSA C&D Waste Management Plan. The General Services Administration (GSA), National Capitol Region 11, Acquisition Management Division is the office soliciting, and who will administer the resulting contract.

In accordance with FAR 19.1405, this procurement is set aside exclusively for Service Disabled Veteran Owned Small Business concerns.


The work to be performed under the terms of this contract is for Office Renovation. Interested firms are to read the solicitation for more details, including the Scope of Work.
The selection process will be conducted in accordance with FAR Part 15 source selection procedures. A firm fixed price contract will be awarded to the firm offering the best value to the Government. Non-price technical evaluation factors when combined are significantly more important than price. The Government may or may not hold discussions on technical proposals therefore the Offeror's initial proposal should contain their best offer in terms of technical and price. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary.
The following Technical Evaluation criteria are listed. All are of equal importance:


1. Experience
2. Qualification and Experience of Key Personnel
3. Management Plan
4. Past Performance


A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be around 30 days after the issuance of the solicitation package.


The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov.


All attendees shall submit their full names, company name, and position to Mr. Michael Spriggs no later than 4:00 PM, Monday, July 10, 2017. Personnel not included on the list of attendees will not be admitted to the site visit.


Interested firms must be registered in the System for Award Management (SAM). Firms can register at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website.


The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferably 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.
Offerors will not be reimbursed for proposal submittal expenses.
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.


Michael Spriggs, Contract Specialist, Phone 2022977813, Email michael.spriggs@gsa.gov - Isaac Karto, Contracting Officer, Phone 817-505-5020, Email Isaac.Karto@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP