Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

Z -- RECOVERY – Z – Design/Build Renovations at the Leland Federal Building, Houston, TX

Notice Date
8/31/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-09-UY-C-0008
 
Archive Date
9/30/2009
 
Point of Contact
Carrie R Haman, Phone: 817-978-6163
 
E-Mail Address
carrie.haman@gsa.gov
(carrie.haman@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - Z - The General Services Administration (GSA) announces an opportunity for public construction and is soliciting written expressions of interest from qualified Design/Build contractors desiring to compete in the procurement process for the referenced project. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $33.5 million per year. This is an unrestricted procurement open to all large and small business concerns. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). All firms shall submit a one page letter of interest on company letterhead. This letter shall include a statement of interest, number of personnel that will attend the pre-proposal conference and the firm's DUNs number Letters and certification are due to the office of the Contracting Officer no later than September 15, 2009. Send documentation to General Services Administration, Attn: Carrie Haman, Contracting Officer, 819 Taylor Street, Room 12B01, Fort Worth, TX 76102, or carrie.haman@gsa.gov. GSA retains the right to publish and distribute the list of offerors to other interested parties (i.e., subcontractors, etc.). The estimated contract value is $80,000,000 to $100,000,000. Funds allocated via www.recovery.gov reflect funds for the entire project and not just design and/or construction. Contractors should price according to the specifications. The Request for Qualifications (RFQ) is scheduled to be issued on or about September 15, 2009, via FedBizOps (http://www.fbo.gov/). Firms must send the letter of intent to gain access to the documents. A site-visit and Pre-proposal conference for Phase I is tentatively scheduled to be held on or about September 29, 2009, in Houston, Texas to answer questions that offerors may have concerning the project and technical evaluation criteria. Attendance at the Pre-proposal conference is not mandatory but is strongly encouraged. GSA intends to contract for complete design and construction services with the design/build contract that offers the best overall value to the Government by demonstrating a commitment to design and construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The General Services Administration proposes major structural, mechanical, electrical, and plumbing upgrades to Houston's 26 year-old, twenty-two story U.S. Federal Building. While there are many work items, the following are especially significant. They include: Replacement of the exterior building envelope with a new curtain wall system attached to the outside of the existing building structure; significant improvements to the outdoor plaza, installation of a new covered breezeway and garage improvements; retrofit of structural deficiencies discovered during the due diligence phase in design development; interior upgrades inclusive of finish and ADA upgrades at all non-compliant restrooms, first floor upgrades; significant improvements to the HVAC system; lighting controls to maximize energy efficiency opportunities created by improved day lighting within tenant space resulting from the new curtain wall and HVAC improvements. LEED Project certification is required with LEED Silver being the project goal. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. The contractor will be chosen competitively utilizing FAR Part 36.3 Two-Phase Design-Build Selection Procedures and Part 15 Source Selection procedures using the Best Value/Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire design and construction project including the administrative cost of processing change orders throughout the course of this project. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202); based on a final negotiated or accepted price, to the contractor that offers the best overall value to the Government. The procurement process will be performed in two (2) phases. The successful offeror will be based on accumulative scores for both phases. Phase I Submission Requirements: Request for Qualifications (RFQ) for technical documents from those firms responding to this FBO announcement. Any scope changes by the Government that result from the pre-proposal conference or any other discussions may be incorporated into the Scope of Work at any time prior to the final request for price proposal submission (Phase II) at no recompense to the offeror(s) ?. The technical factors for Phase I RFQ are tentatively as follows: (#1) Construction Firm Past Performance and Experience on Design/Build Projects; (#2) Design Firm Past Performance and Experience on Design/Build Projects; and (#3) Key Personnel Experience and Past Performance. Following the evaluation of the technical proposals, a competitive range of offerors that offer the best value will be selected in accordance with FAR Part 15.306(c) to further compete in Phase II. Any and all cost saving concepts and scope improvement measures submitted or discussed by the offerors as part of Phase I, or II shall become the property of the Government and may be incorporated into the drawings and specifications for use under this project at no recompense to the offeror(s). Phase I submittal requirements are due into the office of the Contracting Officer on or about October 15, 2009. Phase II Submission: Only firms selected within the competitive range will enter into this phase of the solicitation. The technical factors for Phase II Request for Proposals (RFP) are tentatively as follows: (#1) Design Incorporating Approach and Project Approach; (#2) Preliminary Project Schedule. Price proposals and a Subcontracting Plan (if the offeror is not a small business concern) will also be required during Phase II. This procurement is open to small and large business concerns. Before award of the contract, the business concern (if not a small business concern) shall be required to present an acceptable, proactive Subcontracting Plan, pursuant to FAR Part 19.7. GSA's Socio-Economic Program goals are below, but contractors should develop their own goals with these in mind: Small Business (36%), Small Disadvantaged Business (6%), Small Women-Owned Business (5%), HUBZone Business (3%), Veteran-owned (5%), and Service-Disabled Veteran-owned business (3%). Failure to submit and/or comply with the minimum requirements of the Subcontracting Plan will render the offeror unacceptable. Phase II submittal requirements are due into the office of the Contracting Officer no later than close of business on or about January 6, 2010. GSA shall schedule two site visit opportunities during this Phase. All questions and clarifications regarding the project documents (drawings, specifications, procedures, etc.) shall be put in writing and submitted to the Contracting Officer no later than close of business December 22, 2009. Production costs and proposal preparation costs are at the expense of the offeror. All correspondence in response to this announcement must clearly indicate the Solicitation Number GS-07P-09-UY-C-0008. This project is being funded by the American Recovery and Reinvestment Act (ARRA) for 2009. THERE IS REASONABLE CERTAINTY THAT FUNDS WILL BE AVAILABLE. Reporting requirements from the contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-09-UY-C-0008/listing.html)
 
Place of Performance
Address: 1919 Smith Street, Houston, Texas, 77002, United States
Zip Code: 77002
 
Record
SN01934162-W 20090902/090901001444-5620e4ff30f306bd4a1aabd3416952b5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.