MODIFICATION
Y -- CBP Detroit Metro Airport, Waiting Room Lounge, Detroit, Michigan - Amendment 1
- Notice Date
- 12/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), PBS, Land Ports of Entry - Special Programs Division, Denver Federal Center, 1 Denver Federal Center, Bldg 41, room 111, Lakewood, Colorado, 80225-0564, United States
- ZIP Code
- 80225-0564
- Solicitation Number
- PCBG-13-0166
- Archive Date
- 12/7/2014
- Point of Contact
- Rodney K. Keiscome, Phone: 3032361584, Steven H Eckelberg, Phone: 3032362413
- E-Mail Address
-
rodney.keiscome@gsa.gov, steven.eckelberg@gsa.gov
(rodney.keiscome@gsa.gov, steven.eckelberg@gsa.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Schematic Design Drawings related to this project reviewed May 14, 2010 by the Government. Scope of Work(SOW) Detroit Metro Airport –Waiting Room dated November 12, 2013. Potential changes to this SOW will be discussed during the Pre-Proposal Conference. Should the SOW be subsequently changed a revised SOW will be issued at a later date. Notice Information Agency/Office: Public Buildings Service (PBS) Location: PBS, Land Ports of Entry - Special Programs Division Title: CBP Detroit Metro Airport, Waiting Room Lounge, Detroit, Michigan The General Services Administration (GSA), Public Buildings Service, Special Programs Division, in support of the U.S. Customs and Border Protection (CBP), has set-aside this project for qualified HubZone firms. CBP has the need for a secured waiting room lounge at the McNamara Terminal of the Detroit Metropolitan Airport in Romulus, Michigan. This requirement is for the procurement of a qualified Hub Zone Design-Build certified firm to provide all necessary architectural/engineering and construction services to provide a firm fixed-priced contract for the Design-Build construction of a Waiting Room Lounge and optional items, including but not necessarily limited to, a Unisex Toilet Room and Pump/Janitor Room. The area designated for the new waiting room lounge is currently allocated to CBP as free space. The scope of work related to this project will consist of a firm fixed-priced contract for the Design-Build construction of a 1,600 SF Waiting Room Lounge and optional items, including but not necessarily limited to, a Unisex Toilet Room and Pump/Janitor Room. The waiting room lounge will be specifically designed for the low risk traveler who is refused admission to the United States and has to be sent back to their country of origin. In the past, these travelers had to be accompanied by a CBP Security Officer guard at all times and were not allowed to freely roam the airport. The completion of this new waiting room lounge will enable these restricted travelers to remain in one central location and thereby reduce the need for additional manpower which will ultimately save significant CBP labor costs. The aforementioned McNamara Terminal is owned by the Wayne County Airport Authority but is operated and managed by Delta Airlines. Permitting will be required by both the Wayne County Airport Authority and the City of Romulus. The successful HubZone contractor will produce all necessary design requirements to produce construction drawings and obtain permits from the Wayne County Airport Authority and the City of Romulus and also be required to fully incorporate additional requirements that both of these entities might require, including but not limited to, bonding and insurance requirements. The successful HubZone contractor will submit 95% and 100% drawings to GSA and CBP for review and approval and also submit finishes for approval by GSA, Delta and CBP. It is anticipated that a best value procurement method will be used evaluating both capability and price. It's also anticipated that the capability criteria will include, but will not be limited to, competencies and experiences related to adhering to airport security rules and procedures, sensitivity in working in construction zones adjacent to high use public areas, ability to work with the Government, airport authority and/or similar entities. Due to security concerns related to the certain tenant improvement work, which will be identified in the pending solicitation WCAA will require the use of approved contractor(s), subcontractors, and suppliers that each HubZone firm intends to have working with them. This requirement will be provided in more detail in the pending solicitation.CBP currently has conceptual design drawings developed by Wilkie & Zanley Architects and Engineers. The availability of these documents will be discussed during the site visit on December 18, 2013. The distribution of this pre-solicitation notice and subsequent solicitation documents, associated updates, notices and amendments will be accomplished solely through the FedBizOpps website at http://www.fbo.gov/. Hard copies of the solicitation documents will not be available. Accordingly, interested HubZone firms and other parties are responsible for monitoring the FedBizOpps website to ensure they have the most up-to-date information about this pending solicitation. Estimated Price Range: The magnitude of construction for this project is between $100,000 and $250,000, however, the Government anticipates that a reasonable price will be successfully negotiated closer to the lower portion of that price range. TYPE OF SET-ASIDE (EXPANDED): This procurement is 100% set-aside specifically for qualified Design-Build HubZone contractors. HubZone firms are encouraged to participate as a prime Design-Build contractor or as a member of a joint venture with other HubZone firms consistent with efficient performance practices, 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. Qualified Design-Build HubZone firms are also encouraged to offer a contract that has subcontracting opportunities to other small businesses, including other HubZone small businesses, small disadvantaged businesses, and woman owned small businesses to the maximum extent practicable. LOCATION OF THE WORK: This pending contract will be located at the Detroit Metropolitan Wayne County Airport (DTW), commonly known as Detroit Metro Airport, Detroit, Michigan. AWARD RESTRICTIONS: Certified Design-Build HubZone firms only. TENTATIVE DATES Issuance of Solicitation: On or About December 16, 2013 via www.FBO.gov. Proposals Due: On or About January 16, 2014 Award Date: On or About February 16, 2014 The tentative dates listed above are subject to change. Period of Contract Performance: 120 calendar days after Notice to Proceed PROCEDURES FOR AWARD: This negotiated procurement will be accomplished by using source selection procedures. A firm fixed price contract will be awarded to the firms offering the best value to the Government. Non-price technical evaluation factors when combined are equal in important to price. The Government may or may not hold discussions on proposals (except clarifications as described in FAR 15.306(a)); therefore, the Offeror's initial proposal should contain the Offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. SITE VISIT: A Pre-proposal conference and site visit has been scheduled for December, 18, 2013 for offerors to inspect the site. The specific time for the site visit meeting will be provided early the week of December 9, 2013. Time provided below. The Pre-Proposal Conference and Site Visit scheduled for Wednesday, December 18, 2013 will start promptly at 8:00 AM (EST). PLEASE AR RIVE EARLY so that the security procedures addressed below won't unduly cause site visit delays at the screening checkpoint. Security Clearances: Each contractor is required to e-mail a list of attendees from their company by close of business Monday, December 16, 2013 to GSA-Project Manager Melanie Weiss-Turner and Contract Specialist Rod Keiscome at melanie.weiss-turner@gsa.gov and rodney.keiscome@gsa.gov, respectively. This list will be used for all Pre-Proposal Conference and Site Visit attendees to gain access through airport security. Important note: Contractor's lists should include each attendees name, date of birth, driver's license and/or passport numbers identification. All attendees should be prepared to produce one form of the aforementioned ID at the Pre-Proposal Conference and/or screening checkpoint. Janette Matravers, CBP, Field Operations (Detroit) Supervisory Mission Support Specialist will be the primary spokesperson for the Pre-Proposal Conference and Site Visit. The site visit will include a short meeting at the commencement which will be available via a conference call line (866) 705-1198, passcode 3193498. This conference call is intended to accommodate other Government and interested parties not attending the Pre-Proposal Conference. Interested parties w ill meet at the Federal Inspection Service (FIS) counter located on the lower level of the McNamara Terminal, International Arrivals. Directions: Proceed to the McNamara Parking Deck. Take the Pedestrian Bridge to the McNamara Terminal on Level 6 and head into the McNamara Terminal. Proceed down to the basement level and then to the right corner (facing the terminal). Look for the FIS Counter. Check in at the counter and ask for Assistant Port Director, Robert Larkin. I mportant Note: Should you require directional assistance locate a Detroit Metropolitan Airport Ambassador volunteer identified by their distinctive blue vest found at the information desks located in McNamara Terminal or roving to assist you throughout the airport facilities. AMENDMENTS TO PRE -SOLICITATION NOTICE: It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act and Trade Agreements. ELIGIBLE OFFERORS: All qualified Design-Build Hub-Zone firms may submit a proposal which will be considered by the agency. To receive an award, the successful offer must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. During the pre-proposal site visit it's anticipated that the aforementioned spokesperson and/or a Delta Airlines representative will advise attendees that of the area where removable ceiling panels will need to removed for ceiling access to run electrical and fiber conduit and that this portion of the work must be accomplished in an expedited manner. It is anticipated that those panels will be able to be left open, as necessary during this portion of work but replaced when the cable runs have been completed. Visitor access requirements will be coordinated with CBP prior to the site visit. The Government considers that attendance at the site visit as mandatory and believes that a responsive and responsible contractor's commitment to attend represents a genuine interest in the project and an indicator of how a contractor might react to important real time job situations. The site visit will include a short meeting at the commencement which will be available through a conference line and passcode for other interested parties. Confirmation of intent to attend the pending site visit may or participate via conference line will be made by contacting Contract Specialist Rod Keiscome via e-mail at rodney.keiscome@gsa.gov or by telephone at 303-236-1584. Mr. Keiscome will provide the conference line and passcode for all interested parties interested in the conference call only. Attachments: Scope of Work(SOW) Detroit Metro Airport -Waiting Room dated November 12, 2013. Potential changes to this SOW will be discussed during the Pre-Proposal Conference. Should the SOW be subsequently changed a revised SOW will be issued at a later date. Schematic Design Drawings related to this project reviewed May 14, 2010 by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/525d8d4ef0dd5418f23cc3debcb502cc)
- Place of Performance
- Address: Detroit Metro Airport (DTW), 9000 Middlebelt Road, Romulus, Michigan, 48174, United States
- Zip Code: 48174
- Zip Code: 48174
- Record
- SN03250382-W 20131214/131212234501-525d8d4ef0dd5418f23cc3debcb502cc (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 |