Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
MODIFICATION

Z -- Juneau Federal Bldg, USCH & Post Office Design Build Fire Alarm Replacement - Pre-Proposal Conference - Juneau Fire Alarm

Notice Date
6/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-14-LT-R-0901
 
Point of Contact
Richard Risso, Phone: 2539317309
 
E-Mail Address
richard.risso@gsa.gov
(richard.risso@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Proposal Conference Attendee List - Juneau FA The General Services Administration (GSA), Region 10 announces an opportunity for the modernization of the Fire Alarm System in the Juneau Federal Building, Juneau, AK. Interested parties are encouraged to register through FBO using the "Add Me to the Interested Vendors" link on the Federal Business Opportunities (FBO) website. Vendors are also encouraged to register to receive notices about this announcement by using the "Watch This Opportunity" link on the FBO website. NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors. This procurement is being advertised under North American Industrial Classification System (NAICS) code 238210 - Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for NAICS code 238210 is $14.0M in average annual receipts over the past three (3) years. General Information The Juneau Federal Building is located at 709 West Ninth Street, Juneau, AK and is a 10 story building in downtown Juneau, constructed in 1962. The tenants of the building consist of the US District Courts, US Coast Guard, US Department of Agriculture, US Post Office, US Army Corps of Engineers, Federal Bureau of Investigations, Environmental Protection Agency, Federal Housing Authority, Federal Magistrate, National Oceanic and Atmospheric Administration, Office of Government Commerce and the Board of Immigration Appeals. Scope Summary The objective of this project is to design and replace the current fire alarm control panel(s), conductors and associated devices at the Juneau Federal Building. The current fire panel that serves the Courthouse has reached the end of its useful life and needs to be replaced. The manufacturer of the current fire alarm panel and hardware is Notifier 5000. This scope of work shall include the design and replacement of the fire alarm control panel, and all other fire life safety devices which upon completion will comprise a fully operational and code compliant system. Project will consist of the replacement of complete fire alarm system to include all control panels, devices, electrical wiring, electrical connections and addition of new conduits and/or risers where necessary to ensure a fully functional, code compliant class "A" system when complete. No assumption of current systems code compliance should be made. Contractor will be responsible for complete design and installation which conforms to all current codes and standards. The replacement of the fire alarm system will be accomplished while facility is fully occupied. The D/B Team will be required to ensure minimal disruption to tenants and their mission, keep a fully functional fire alarm system in operation, the facility and tenant's safe and fully protected until such time as the new system is fully operational and ready to bring on line for facility protection. Phased installation of new system with facility being protected by more than one fire alarm system during project will be considered by GSA. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the Juneau Federal Bldg & USCH Fire Alarm Replacement, located in Juneau, AK pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The DB team will be selected through a best value / tradeoff selection process. During the development period from initial concept to final design the DB team will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. GSA will be contracting separately for Construction Management Assistant (CMa) services. The CMa will be involved in the design process and will provide construction oversight expertise, estimating, change order review, cost information, functionality and constructability reviews and ePM project data entry. There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks The facility location, coupled with the need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The replacement of the fire alarm system at the Juneau Federal Building & USCH must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public and a courthouse. This presents several challenges that will have to be addressed by the designer and/or design/build team. •All work in public spaces will need to be completed during unoccupied periods. •Setup, construction, and clean-up will need to occur on a daily basis. Project Magnitude: The magnitude of construction is between $2M - $3M. Competition: Total Small Business Set Aside. This procurement will be open only to small business firms. Any qualified responsible 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. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. Any Offeror that is not a small business concern will not be allowed to submit a proposal as a prime contractor, but may participate as a subcontractor to a small business prime. Procurement Strategy: The Design Build contractor will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Part 36, Source Selection Procedures, FAR subpart 15.3 following issuance of a formal Request for Proposals (RFP) on www.fbo.gov. For this contract award process, GSA will issue one Solicitation. The Government will identify the evaluation factors developed in accordance with FAR 15.304 that will serve as the basis for the determination of the Offer which provides the best value to the Government. Interested Offerors will be required to submit their responses (including both technical and price proposals) to the RFP by the due date established in the RFP. The Government will evaluate all responses to the RFP in accordance with the criteria in the RFP. The Government intends to award without discussions. Contract Award: GSA PBS R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of this solicitation. Solicitation Issue Date: The RFP will be issued electronically on or about 06/18/2014 at: http://www.fbo.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-14-LT-R-0901/listing.html)
 
Place of Performance
Address: 709 West Ninth Street, Juneau, Alaska, 99801, United States
Zip Code: 99801
 
Record
SN03398392-W 20140620/140619021500-22b30a4d809ebab31df635a46f6f518b (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.