Federal Bid

Last Updated on 27 Jun 2019 at 12 AM
Solicitation
Morrow Georgia

Y -- Construction Services for the Southeast Regional Archives, Morrow, Georgia

Solicitation ID NAMA02SEM0009
Posted Date 09 Sep 2002 at 5 AM
Archive Date 26 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisitions Division
Agency National Archives And Records Administration
Location Morrow Georgia United states
The National Archives and Records Administration (NARA), announces intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for Southeast Regional Archives, Morrow, Georgia. This procurement utilizes a best value source selection process to enable NARA to select from among high quality contractors for this procurement. The new Southeast Regional Archives is located off GA Highway 54 (Jonesboro Road), between Harper Road and Clayton State Boulevard on a approximately 19 acres shared by this facility and the Georgia Department of Archives and History (GDAH). The contract is to provide for a single-story new archives facility (approx.115,000 gsf) and a entry pavilion and welcome building (Visitors? Learning Center) (approx. 4,000 gsf) . This project includes but not limited to (1) Civil; (2) Architectural; (3) Landscaping; (4) Structural; (5) Mechanical; (6) Electrical; (7) Fire Protection; and (8) Security; as indicated on the drawings. Estimated construction cost range is $15,000,000 to $20,000,000 dollars. 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 NARA requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be Firm Fixed Price consisting of a base contract and options. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets all two (2) of the following characteristic: (a) construction was a new facility that included civil, landscaping, mechanical, electrical, fire protection, security and architectural systems; (b) the project was not less that 50,000 gross square feet or the construction cost at award was not less than $5,000,000 dollars; PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a Contractor responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals and their experience proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 420 calendar days. SUBCONTRACTING PLAN (5%) This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAICS number is 233320, formerly the Standard Industrial Code (SIC) is 1542 and the Small Business Size standard is $27.5 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 10/01/2002 and will be Due on or about 12/02/2002. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M, and the RFP Volume II, Technical Specifications and Drawings will be issued by CD (AutoCAD & Word.doc) and ONLY by request to the Contracting Officer from NARA, Space and Security Division (NAS), 8601 Adelphi Road, College Park, MD 20740. Ronald C. Noll, Contracting Officer is at Fax 301-837-3657. Preference will be given to firms specific to the NAICS (SIC) and geographical location.
Bid Protests Not Available

Similar Past Bids

Morrow Georgia Not Specified
Morrow Georgia Not Specified
Morrow Georgia 19 Jul 2024 at 9 PM
Mississippi Not Specified
Location Unknown Not Specified

Similar Opportunities

FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM
FY26-FY28 Hot Mix Asphalt Paving and Related Work Sealed bids for FY26-FY28 Hot Mix Asphalt Paving and Related Work, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Hot Mix Asphalt Paving and Related Work, Bid#2025-43DPW”. Work will consist of the milling and paving of various locations throughout the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 6 PM
Oklahoma 22 Jul 2025 at 4 AM (estimated)
Clayton Georgia 11 Jul 2025 at 7 PM
Georgia 10 Jul 2025 at 7 PM