Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

Y -- RECOVERY Solicitation GS-08P-09-JA-C-0089: RECOVERY - Tier III Data Center New Construction - Solicitation 1

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
RECOVERY-GS-08P-10-JA-C-XXXX-DB
 
Response Due
10/29/2009 2:00:00 PM
 
Archive Date
10/30/2009
 
Point of Contact
Beverly Carey, Phone: 303-236-8000ext 5257
 
E-Mail Address
beverly.carey@gsa.gov
(beverly.carey@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation GS-08P-09-JA-C-0089: RECOVERY Tier III Data Center New Construction, Phase I Request for Qualifications, including Questionnaires for Past Performance RECOVERY: The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in Public Buildings. GSA will be using funds from the FY 2009 American Recovery and Reinvestment Act for this project. Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Design and Construction Excellence Programs seeks to commission our nation's most talented architects, landscape architects, interior designers, and engineers to design federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give form and meaning to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design in accordance with GSA quality standards and requirements. As required by law, all Federal facilities must meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423; achieve fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007; conform with the Interagency Security Council (ISC) and GSA design standards for secure facilities; conform to GSA's P-100 (Facility Standards for Public Buildings); and comply with the Architectural Barriers Act Accessibility Standards (ABAAS). All GSA projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required. PROJECT DESCRIPTION The purpose of this project is to construct a new Tier III Data Center at the Denver Federal Center in Lakewood, Colorado. The Data Center will be located in the Northeast corner of the DFC campus on the corner of {East} First Street and North Center Avenue. The Tier III Data Center is based on the Uptime Institute Tier Level Classification System which will contain redundancy for failure and maintenance and shall be built utilizing the Performance Optimized Datacenter (POD) concept. The building will include 2 stories with a mechanical basement, for 110,000 gross square feet (GSF). The new Data Center will be located in a prominent position on the DFC at the corner of first Street and North Center Avenue, Lakewood, Colorado. The project will be built in phases. Phase 1 is the current building project, including core, shell and infrastructure to support the first POD Phase. When complete the project will contain its own perimeter security system and parking for 20 vehicles. The project will include the performance of architectural, engineering, construction, security, commissioning and other related services necessary to construct the new Data Center. Related services include but are not limited to, site planning and infrastructure, geotechnical evaluation and monitoring, permitting, testing and inspection during construction, commissioning and potential additional requirements. The project will be based on 20% Bridging Documents and Program of Requirements, which will be provided with the Request for Proposal during Phase II of the acquisition process for this procurement pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures, FAR Subpart 36.3, Source Selection Procedures, FAR subpart 15.3 and the GSA Design Excellence Program. SCOPE OF WORK The project shall be performed in accordance with GSA quality standards and requirements for a new Tier III Data Center (Data Center) at the Denver Federal Center (DFC), Lakewood, Colorado. The Data Center is classified as a Tier III facility as defined by the Uptime Institute Tier Level Classification System. The work will be performed under the direction of the U.S. General Services Administration (GSA), Rocky Mountain Region, Public Buildings Service (PBS). The Data Center will be two stories high with a mechanical basement and will be built in phases using the Performance Optimized Datacenter (POD) concept. Phase 1 is the current building project, including core and shell and infrastructure to support the first POD Phase. When complete, the project will contain its own perimeter security system and parking for 2 cars on-site and 20 existing off-site, adjacent to the site. The completed two-story building with mechanical basement will encompass approximately 110,000 Gross Square Feet. As required by law, the facility will meet federal energy goals and all federal accessibility requirements and standards. The project goal will meet LEED-Silver rating requirements. The GSA is the lead agency for the delivery of this facility The scope of professional services will require the minimum services as follows: architectural, engineering, construction, security, commissioning. This list is not all-inclusive. GSA will contract separately for Construction Management as Agent (CMa) services. The CMa will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be a formal partnering process throughout the design and construction phases to promote successful project development and execution through voluntary commitments to accomplish established agreed-upon project objectives by all involved parties. The estimated cost for the design-build delivery of the new Data Center is between $65,000,000 and $80,000,000. Opportunities for other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses to the maximum extent practicable. In this procurement, GSA intends to promote contractors' and subcontractors' use of registered Apprenticeship Programs. NOTICE TO OFFERORS GSA intends to award a firm-fixed price Design-Build Contract based upon 20% bridging documents and Program of Requirements which will be provided with the Request for Proposal during Phase II of the acquisition process for this procurement pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures, FAR Subpart 36.3, Source Selection Procedures, FAR subpart 15.3 and the GSA Design Excellence Program. For this contract award process, GSA will issue two Solicitations in sequence: 1) Phase One, and 2) Phase Two. The Phase One procedure (which is analogous to a Request for Qualifications (RFQ) is designed to select a "short list" of the most highly qualified Offerors who will be requested to submit Phase Two proposals. All responsible sources may submit a Phase One Proposal. A maximum of up to five (5) firms will be short listed unless the contracting officer determines that a number greater than five (5) is in the Government's best interest. The most highly rated Offerors will be selected to participate in Phase Two (analogous to Request for Proposals (RFP)). A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being weighed more heavily than price. Therefore, the Offeror's proposal should contain the Offeror's best terms. This procurement will be conducted as a Two-Phase Deisgn-build process. Phase One will evaluate the technical qualifications and experience of the design and construction teams formed by each potential offeror for this procurement. Phase Two will interview the key Design-Build team members, evaluate the proposed technical solution and Project Management Plan of each design and construction team. In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors. Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the Phase Two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the remaining phase of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include Phase Two evaluation factors, developed in accordance with FAR 15.304. Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions or negotiations. GSA IS HEREBY REQUESTING PHASE ONE PROPOSALS. This Phase One Solicitation provides Offerors with instructions regarding the submission of their complete Proposals and the evaluation thereof. Utilizing the format prescribed within, Offerors are to provide the requested information and demonstrate their qualifications. Responses shall be as complete and accurate as possible and present data relative to the specific Project under consideration. Offerors shall make every effort to present information clearly and concisely in accordance with the formats described herein. A. PHASE ONE - REQUEST FOR QUALIFICATIONS (RFQ) Mandatory Requirements: The following evaluation factors will be evaluated on a "go/no-go" basis, i.e.; offerors not meeting all of the following criteria will be eliminated from further consideration. The Contracting Officer will make the initial determination as to offer responsibility/responsiveness, and submit only those offers to the SSEB for full evaluation. a. Qualifications Statement conforms to the requirements of the Request For Qualifcations (RFQ), including, but not limited to: • Proof of CCR Registration • Proof of bonding capacity to $110,000,000. b. Qualifications Statement must meet the minimum requirements of the RFQ PHASE ONE EVALUATION FACTORS Phase One of this solicitation will evaluate the qualifications of the Design Builder, Lead Designer and the Design Team. The combined factor total of the Design Builder is significantly more important than the Lead Designer. The combined factor total of the Lead Designer is significantly more important than the Design Team. EVALUATION FACTORS - DESIGN BUILDER Past Performance Description: This factor considers the quality of the Offeror's past performance, within the last ten (10) years, in performing contracts for construction with regards to considerations as technical success and customer satisfaction. This factor also considers the quality of the offeror's performance in carrying out the work required, specifically, workforce management, and scheduling. Standard for Evaluation: The requirements for this factor are met when the offeror demonstrates itself as a construction business providing verifiable information and references for four (4) projects completed over the last ten (10) years that: a. Demonstrate ability to meet project budget constraints by managing cost changes and claims. b. Demonstrate ability to effectively coordinate trades. c. Demonstrate ability to complete projects within the approved schedule. d. Demonstrate ability to ensure high degree of trade's craftsmanship. e. Demonstrate success in achieving subcontractor goals. A minimum of two references for each similar project shall be provided. Each contractor is responsible for providing questionnaires (provided by the Government) to their references to complete in a timely manner to allow a completed questionnaire to reach this office by the time and date specified for receipt of information identified in the solicitation The offeror is responsible to ensure that contact information is current and reliable. The Government will consider information provided by reference as well as other relevant information for other sources when evaluating the Offeror's past experience. If negative information is received from sources not noted in the Offeror's proposal, the Offeror will be given an opportunity to respond. Qualifications/Experience of Key Personnel Description: This factor considers the experience and qualifications of the proposed staff and how the offeror organizes and manages the project team. Project Manager's experience directing similar project work and that the key personnel and subcontractors identified have the qualifications and experience in all areas necessary to effectively perform the required work. Standard for Evaluation: Each Offeror shall submit an organizational chart and resumes for each key person on the proposed Project Team as defined below: a. Project Team organizational chart b. Project Manager c. Project Superintendent d. CPM Scheduler 1. Resumes must include a description of training and experience in respective areas of expertise. 2. Duties of each key individual must be clearly defined. 3. Resumes must describe current and proposed position titles, education, professional licensing, and any personal awards. 4. Resumes should be no longer than 2 pages per individual. 5. Past experience must be attributable to the person named on the resume. Minimum experience required is as follows: Key Individual, Years Project Manager, 10 Project Superintendent, 10 PM Scheduler, 10 Project Experience on Similar Projects Description: This factor considers the extent of the offeror's past experience and the quality of the offeror's past performance on projects of similar size and complexity. The Offeror shall submit information on at least three (3) projects of similar scope and complexity. Standard for Evaluation: The requirements for this factor are met when the offeror provides: a. A list of (3) similar projects completed over the last ten (10) years. b. Narrative summaries of the (3) three similar projects listed, performed within the past ten years, that demonstrates the offeror's capabilities, technical expertise, and experience managing complex projects with reference to considerations of timeliness and technical success. Interior and exterior photos are required for each project submitted. Limit the summaries to one (1) page each. Limit the photos to three (3) pages. Include for each project submitted, title and location, project summary including square feet, contract award amount and final contract amount including all changes, dollar value of work self-performed and the percentage it represents of the final contract amount and project completion date. For purposes of determining "similar scope and complexity to the Data Center at DFC", the following is a brief description. The project consists of major new construction of a Tier III Data Center at the Denver Federal Center (DFC) in Lakewood, Colorado The new structure will occupy a prominent position on the DFC. It will be a two-story building and will include a mechanical basement. The building will host approximately 110,000 GSF. This facility will be complementary and redundant to existing Data Centers in the United States and will support the requiring agency in its management of very large quantities of sensitive and classified data. The cost range of this project is $65,000,000 to $80,000,000. EVALUATION FACTORS - DESIGN TEAM Past Performance Description: This factor considers the extent of the proposed design team's past experience and the quality of the past performance. Standard for Evaluation: The offeror shall submit at a minimum two references for each design team member. Each contractor is responsible for providing questionnaires (provided by the Government) to their references to complete in a timely manner to allow a completed questionnaire to reach this office by the time and date specified for receipt of information identified in the solicitation. References should be provided for all key personnel as identified below under "Design Team Personnel". The offeror is responsible to ensure that contact information is current and reliable. The Government will consider information provided by reference as well as other relevant information for other sources when evaluating the Offeror's past experience. If negative information is received from sources not noted in the Offeror's proposal, the Offeror will be given an opportunity to respond. Qualifications/Experience of Design Team Personnel Description: This factor considers the experience and qualifications of the proposed staff and how the offeror organizes and manages the project team. Standard for Evaluation: Each Offeror shall submit an organizational chart and resumes for each key person on the proposed Design Team as defined below: a. Design Team organizational chart b. Project Architect c. Engineers (mechanical, structural, civil, electrical, fire protection) d. Security Consultant e LEED Consultant f. High Performance Green Building Consultant g. Data Infrastructure Consultant h. Telecommunications (Data/phone cabling) Consultant 1. Resumes must include a description of training and experience in respective areas of expertise. 2. Duties of each key individual within the Project Team must be clearly defined. 3. Resumes must describe current and proposed position titles, education, professional licensing, and any personal awards. 4. Resumes should be no longer than 2 pages per individual. 5. Past experience must be attributable to the person named on the resume. Minimum experience permitted is as follows: Key Individual, Years 1. Project Architect, 10 2. Project Manager, 10 3. Engineers (each), 10 4. Security Consultant, 5 5. LEED Consultant, 5 6. High Performance Green Building Consultant, 5 Project Experience on Similar Projects Description: This factor considers the extent of the Project Team's (Design Team and General Contractor) past experience and the quality of the Project Team's past performance on projects of similar size and complexity. The Offeror shall submit information on at least three (3) projects of similar scope and complexity for the Project Team (Design Team and General Contractor). If the Project Team has not performed together as a team on prior projects, the offeror must provide detailed information on three (3) projects of similar scope and complexity for each Project Team member that best illustrates that team member's skills and capabilities. Standard for Evaluation: The requirements for this factor are met when the offeror provides: a. A list of (3) similar projects completed over the last ten (10) years by the Project Team. b. Narrative summaries of (3) three similar projects, performed within the past ten years, that demonstrates the offeror's capabilities, technical expertise, and experience managing complex projects with reference to considerations of timeliness and technical success. Interior and exterior photos are required for each project submitted. The projects should be as similar to the Tier III Data Center New Construction project as possible. Limit the summaries to one (1) page each. Limit the project photos to three (3) pages. Include for each project submitted, title and location, project summary including square feet, contract award amount and final contract amount including all changes, dollar value of work self-performed and the percentage it represents of the final contract amount and project completion date. B. PROPOSAL CONTENT AND FORMAT INSTRUCTIONS Utilizing the format prescribed below, Offerors are to provide the requested information in a brief and succinct manner making every effort to present information clearly and concisely. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Proposals that do not follow these Instructions, or otherwise include documentation that is difficult to read, may result in Phase One disqualification or a lower Phase One evaluation rating. Proposals shall be submitted in the following format. Pages shall be 8-1/2x11 inch white paper, with lettered/numbered dividers for each section to correspond with the evaluation factors. Single sided pages shall be used. Proposal text shall be in a standard font a minimum of ten (10) points or a maximum of twelve (12) points in height, single-spaced. The entire Proposal must be submitted on white paper. Proposals are limited to 150 pages. Proposal submissions must include one (1) original and four (4) copies contained in 3-ring binders or "GBC" bound. The external cover of each Proposal (original and copies) shall clearly identify the Offeror's name and clearly be labeled "Proposal for Phase One Solicitation, RFQ - GS-08P-09-JA-C-0089." The information provided in the Proposal shall be easily reproducible by normal black and white photocopying machines. All signatures on all documents, originals and copies, must be original signatures in ink and in a color other than black. All Phase One Proposal development costs shall be borne by the Offerors without reimbursement from GSA. C. QUESTIONS TO THE PHASE ONE REQUEST FOR QUALIFICATIONS Submit all questions to the Phase One RFQ in writing to the Contracting Officer on or before 2:00 P.M., MST, October 13, 2009. At GSA's discretion, GSA may provide written responses to the questions as appropriate. Any such responses will be published on FedBizOpps via an Amendment. D. DATE, TIME, AND PLACE OF SUBMISSION Qualifications must be received at General Services Administration by October 29, 2009. Submit Your Proposal To: U.S. General Services Administration ATTN: Beverly Carey Denver Federal Center Bldg. 41, P.O. Box 25546 (8PSD) Denver, CO 80225-0548 E. NOTIFICATION OF PHASE ONE QUALIFICATION AND SELECTION Upon completion of the Phase One evaluation and selection process, a maximum of up to five (5) firms will be deemed most qualified. The most highly qualified offerors will be invited to submit proposals in response to the Phase Two Solicitation. Only those Offerors selected to participate in Phase Two will be sent a Phase Two Solicitation after their selection. Unsuccessful Phase One Offerors will be sent a notice of their non-selection at the same time. Phase Two proposals will not be accepted from Offerors that are not invited to submit a proposal. F. SUMMARY OF THE PHASE TWO SOLICITATION PROCESS The following information is provided in accordance with Federal Acquisition Regulation 36.303-1(a)(3). DO NOT SUBMIT A RESPONSE TO PHASE TWO EVALUATION FACTORS AT THIS TIME. Only firms selected during the Phase One evaluation process will be requested to submit a response to Phase Two. The most highly qualified Offerors selected in Phase One will be provided the opportunity to submit competitive technical and price Proposals as detailed in the Phase Two Solicitation. Phase Two will require an acknowledgment by each Offeror that the selected Offeror will comply with all the mandatory performance criteria, technical specifications, and space program requirements within a pre-established maximum cost for the complete Project. Phase Two shall be conducted in accordance with FAR Part 15 (Contracting by Negotiation); one Contract will be awarded using competitive negotiation. The Evaluation Factors to be used in Phase Two are listed below in descending order of importance. While price is an important consideration, all non-price evaluation factors when combined are significantly more important than price. However, as proposals become more equal in their technical merit (as determined by the evaluation of the non-price evaluation factors set forth below), the evaluated price becomes more important and may become the determining factor for award. The non-price evaluation factors are set out below in descending order of importance. Phase Two Evaluation Factors: • Proposed Technical Solutions • Project Management Plan All submittals must clearly indicate the solicitation number GS-08P-09-JA-C-0089. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. Be advised that, due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand-deliver submissions should take this into consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/RECOVERY-GS-08P-10-JA-C-XXXX-DB/listing.html)
 
Place of Performance
Address: Denver Federal Center, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01973052-W 20090930/090929000155-7819df0c739a8a46ea25d7f69d841100 (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.