Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOLICITATION NOTICE

Z -- RECOVERY - Pierre Curtain Wall Project; Pierre, South Dakota Federal Building/Post Office/U.S. Courthouse

Notice Date
10/22/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center (8PMP), P.O. Box 25546, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
VSD00001
 
Point of Contact
Lee M. Davis, Phone: 303-236-8000 x2280
 
E-Mail Address
lee.davis@gsa.gov
(lee.davis@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: Description: 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. Project Summary: GSA announces an opportunity for Design and Construction Excellence in public architecture, engineering and construction through a Design-Build contract. The project shall include the performance of architectural/engineering services based on an approved concept narrative during the Request for Proposal stage of the acquisition process and in accordance with GSA quality standards and requirements to replace the entire existing curtain wall with a new high performing curtain wall system, mitigate water infiltration at the foundation, and repair stone soffit panel connections in the Pierre Federal Building/Post Office/ U.S. Courthouse in Pierre, South Dakota ("Pierre Curtain Wall Project"). Prospective Offerors' experience must include, but is not limited to superior design-build experience in transforming federal buildings into high-performance green buildings or experience with design-build projects of similar complexity. The estimated cost for the design-build delivery of the Pierre Curtain Wall Project is between $2,500,000 and $3,200,000. The new curtain wall shall provide improved energy performance resulting in a more comfortable work environment for the employees while reducing operating costs to the building. The water infiltration mitigation and soffit repair shall improve the maintenance and safety of the building. The built project is to achieve the status of a high-performance green building, meeting federal energy and water conservation goals and incorporating exceptional integration of architectural form and optimizing building systems. The design-build scope of work includes architectural, engineering, construction, security, commissioning and other related services necessary to design and to construct a new curtain wall system, underground foundation protection and repair to exterior granite soffits supports compliant with all applicable codes. Related services include, but are not limited to, energy modeling, permitting, testing, and inspection during construction. Procurement Strategy: GSA intends to award a firm-fixed price Design-Build Contract for the Pierre Federal Building Curtain Wall Project, based upon the design concept narrative approved during the acquisition process, 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 (the short list will be published in FedBizOpps). All responsible sources may submit a Phase One Proposal. The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The most highly rated Offerors will be selected to participate in Phase Two (analogous to Request for Proposals (RFP)). 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. The RFQ will be issued electronically on or about 11/6/2009 on the internet at: http://www.fedbizopps.gov/. Opportunities for other than Large Businesses: This procurement will be open to large and small business firms under the Small Business Competitive Demonstration Program under FAR Subpart 19.10; NAICS Code 236220, Commercial and Institutional Building Construction, which has size standard of $33.5M. 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, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. In this procurement, GSA intends to promote contractors' and subcontractors' use of registered Apprenticeship Programs. This project will be funded by the American Recovery and Reinvestment Act of 2009. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. All 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/8PMP/VSD00001/listing.html)
 
Place of Performance
Address: Pierre Federal Building / Post Office / U.S. Courthouse, 225 S. Pierre St., Pierre, South Dakota, 57501-2478, United States
Zip Code: 57501-2478
 
Record
SN01990052-W 20091024/091022234604-31a1fbcf8bd6c508c19ff66880e8151f (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.