Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
MODIFICATION

Z -- Design/Build for the historic Center Building, Phase 2 for the Consolidation of the U.S. Department of Homeland Security (DHS) at the St. Elizabeths West Campus, SE, Wash., DC

Notice Date
4/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-14-MM-C-0011
 
Point of Contact
Bonnie E Echoles, Phone: (202) 561-7821, Annabelle B. Contee, Phone: 202-561-7848
 
E-Mail Address
bonnie.echoles@gsa.gov, annabelle.contee@gsa.gov
(bonnie.echoles@gsa.gov, annabelle.contee@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a Two Step Requirement for the Design/Build contract for the historic Center Building as part of Phase 2 for the Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths Hospital site in Anacostia, DC. The scope will include design/build efforts from approximately 30% bridging documents and construction management for the Center Building. Step One consists of a Request for Qualifications (RFQ); Step Two consists of a Request for Price Proposal (RFP). The St Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. The site, located one mile east of DC on Martin Luther King Jr. Avenue, SE, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases are planned in total, with a phasing summary as follows: Phase 1 - new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf) [awarded September 2009] Adaptive reuse of historic buildings for DHS at 179,250 gsf; Phase 2 - The Center Building for DHS, Central Utility Plant and DHS Operations Center, a mix of new construction and adaptive reuse projects along with FEMA Headquarters at 1.7 million gsf and Phase 3 - a combination adaptive reuse and new construction for Customs and Border Protection (CBP), Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA) and DHS (1,398,150 gsf). The contractor must provide all design from the bridging documents, 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 GSA and client agency requirements. The contractor will perform the design and construction in accordance with the design specifications, bridging documents and terms and conditions of the contract. The estimated construction cost range is between $100 - 130 million. The Construction Performance Period shall not exceed 20 months. Competitive formal source selection procedures will be used in accordance with FAR Subpart 15.3; two-phase design-build selection procedures will be used in accordance with FAR Subpart 36.3. The contract will be Firm Fixed Price. The "Best Value Continuum, Tradeoff Process" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: 1. EXPERIENCE. The offeror must demonstrate its past organizational experience as a Design/Build (DB) Contractor responsible for the design and construction management of at least two (2) similar projects, within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation. 2. PAST PERFORMANCE. This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. 3. KEY PERSONNEL. This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. 4. MANAGEMENT PLAN This factor considers the coordination and plan of action proposed by the offeror to execute the contract requirements for a successful project. 5. SUBCONTRACTING PLAN This factor considers the participation of minority contractors and the management of the subcontractors involved in the project. The Contractor (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507 as part of its proposal. GSA anticipates issuing the Step One - Request for Qualifications (RFQ) on or about May 23, 2014, and, in accordance with the requirements of the RFQ, receipt of technical proposals by July 8, 2014. The actual date and time will be identified in the Step One - RFQ package. The RFP will be provided to all qualified teams on or about July 15, 2014 and all pricing proposals will be due to GSA on or around August 19, 2014 by 1:00 PM, Eastern, at the place designated in the RFP. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. The General Services Administration will only make this RFQ available electronically at www.FBO.gov. This site provides instructions for downloading the documents. All inquiries must be in writing, preferable via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. All responsible firms may submit an offer. This is a competitive negotiated acquisition governed by procedures in FAR 15. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures per FAR Subpart 15.3. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included under both the RFQ and RFP. All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. All responsible sources may submit a proposal package, which will be considered by the agency. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-14-MM-C-0011/listing.html)
 
Place of Performance
Address: 2701 Martin Luther King Jr. Avenue, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN03350162-W 20140430/140428234505-7f63a86183e9d1d972784e9004f98283 (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.