Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOURCES SOUGHT

Z -- Design-Build Services Sea-Tac Airport C-1 Reconfiguration

Notice Date
1/26/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-15-LT-SS-0001
 
Archive Date
2/20/2015
 
Point of Contact
Keith R. Goodsell, Phone: 253-931-7775, Judith E Tomlinson, Phone: (253) 931-7657
 
E-Mail Address
keith.goodsell@gsa.gov, judy.tomlinson@gsa.gov
(keith.goodsell@gsa.gov, judy.tomlinson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration, Northwest Arctic Region, Public Building Service: Market Research for Qualified Business sources (Prime, subcontractors, & sub-consultants) NAICS: 236220 Commercial and Institutional Building Construction; Anticipated Magnitude of Construction and design: between $500,000 and $1,000,000. Note: this magnitude may change if and when a solicitation is issued. This Notice is for market research only. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. The General Services Administration, Public Buildings Service, Northwest Arctic Region seeking qualified and interested contractors to participate in a future acquisition of a design-build construction project for the Transportation Security Administration in the C-1 section at the Seattle-Tacoma International Airport (Sea-Tac Airport), located at 17801 International Blvd, Seattle, WA 98158. The work will include both tenant improvements, as well as core and shell work, to transform both future and existing leased spaces to meet the needs of the TSA. Work includes architectural/engineering (A-E) design services, general construction/carpentry, HVAC, fire/life safety, electronic security, telecommunications, furnishings disassembly, casework, Audio-Visual outfitting, electrical, flooring/carpentry, patching & painting, furniture moving and related work. It is expected that interested parties be both have the ability to perform the work and demonstrate that they have the requisite successful experience working with the TSA and Port of Seattle at SeaTac Airport in one or more of the trades associated with the work listed above. This project will deliver a fully functional space solution for the TSA at the Seattle International Airport. The design-build contractor will be responsible for design, permitting, construction, existing furniture removal, and moving services for the reconfiguration of three separate spaces and restoration of two spaces within the Port of Seattle Main Terminal. The work will be required to be phased with spaces being available at different dates and times. Some of the work is contingent upon when lease modifications are executed. Two Federal government entities are involved in the project including the GSA, the TSA, as well as a local government entity - the Port of Seattle. As such, close coordination will be required. Expectations: All on site contractor team working onsite will need to be cleared through Port of Seattle Security and probably TSA Security. As such, it is requested that you carefully consider the security processing capabilities of your firm and associated subcontractors. Seattle Port Authority requirements can be found at http://www.portseattle.org/Business/Construction-Projects/Airport-Tenants/Pages/Reference-Documents.aspx. The Contractor will need to closely plan and coordinate with the Government to meet Port of Seattle requirements for design reviews, material deliveries, and access to high security areas, utility outages, and other special project related requests. The Contractor will need to closely cooperate and collaborate with the GSA, Port of Seattle, TSA and Construction Management/Commissioning contractor to move the project forward. The expectation is that the Contractor will take the necessary actions to resolve all issues in an expeditious and friendly manner. The Contractor will need to closely manage and coordinate with subcontractors. The contractor's detailed design documents will need to be approved by the Port of Seattle and GSA. Port of Seattle will review the design submittals and separate design review meetings will be required for each of the electrical, mechanical and architectural portions of the design. The design team must be well versed in all applicable codes and processes, especially local codes and Port of Seattle requirements, which can be found at (http://www.portseattle.org/Business/Construction-Projects/Airport-Tenants/Pages/Reference-Documents.aspx).. Upon approval and issuance of permits, the contractor will be responsible for the following elements - demolition, Architectural, HVAC, Electrical, Fire Safety, Finishes, Electronic Security, Telecommunications, Furnishings disassembly, Casework, and A/V outfitting. All system expansion and alterations work shall properly integrate with Port of Seattle HVAC and Fire Safety systems. The Government will review all construction submittals for compliance with codes, scope of work requirements, and Port of Seattle facility requirements. The work will be subject to the Port of Seattle construction inspection requirements during the construction phase of the project. The contractor will be responsible for initial build-out of a 1,674 square foot space that is comprised of a coordination center and storage room (Area A). This work will require swinging the TSA groups within the C1 space to free up construction work zones. The contractor will be responsible for build-out of new training and multi-purpose rooms in Area B totaling 2433 sq. ft. Area A and Area B will be executed concurrently. The contractor will be responsible for reconfiguring Area C (1,836 square feet) and will build out a new floor plan with an enlarged conference room and revise the size and configuration of several staff offices. Area C shall be executed upon completion of Area A and Area B. The contractor will be responsible for restoration of Area D and Area E spaces for successful release back to the Port of Seattle. Area D is 930 square feet and Area E is 1,833 square feet. Restoration scope will include removal of data cabling and replacement of door locks. The contractor will turn over each space ready for installation of furniture by a separate, government-hired contractor. The contractor shall make all data and electrical connections to assure the spaces are ready for occupancy. Areas A through E shall be turned over after formal acknowledgement of completion and acceptance of the punch list. Areas A through C shall be fully commissioned to the satisfaction of the Government and Port of Seattle. Close-out of the project shall be expeditiously executed and will require Government acceptance of Operations and Maintenance Manuals, As-built Drawings, one-year standard warranty, and other applicable documents prior to final payment. Interested parties are requested to submit the following information in response to this Sources Sought Notice at their earliest convenience, but not later than February 5, 2015 to the Government point-of-contact listed in this notice. Responses received after February 5, 2015 may be accepted, at the discretion of the Contracting Officer. As such it is strongly recommended that you reply sooner rather than later. Thank you! 1. Business name, address and point of contact information. 2. Business size as listed in the System for Award Management website (sam.gov). 3. Provide a brief description of your workforce including disciplines trades, number employees per discipline/trade, certifications, licensing, and qualifications. 4. Identify any teaming arrangement with subcontractors/subconsultants that your firm has worked with or will need to work with to accomplish all of the work noted above. 5. Identify the number of projects and dollar value of projects that your firm or potential team has completed at Sea-Tac Airport. 6. Identify the number of projects and dollar value of projects that your firm or potential team has completed at with the TSA. 7. Identify the number of number of project management, A-E, and trades personnel current cleared to work at Sea-Tac Airport. 8. Identify the number of number of project management, A-E, and trades personnel current cleared to work on TSA projects. 9. If you are responding to this Notice from outside the geographic location of the work, please provide a short narrative detailing how you propose to mobilize and perform the work at a fair and reasonable price to the Government. 10. Please indicate if your firm is small business socio-economic concern including, but not limited to service disabled veteran owned small business, veteran owned small business, women owned small business, economically disadvantaged women-owned small business, HubZone certified business, 8(a) certified business or joint venture, Alaska Native Corporation or other Native American Tribally owned business. 11. Indicate whether you are interested in participating as prime contractor, subcontractor, subconsultant, or other. If other, clearly specify your interest. Comments may also be provided in response to this Sources Sought Notice. Please note that it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, economically disadvantaged women-owned small business concerns. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential certified small business, and other business sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-15-LT-SS-0001/listing.html)
 
Place of Performance
Address: Seattle-Tacoma International Airport, 17801 International Blvd, Seattle, Virginia, 98158, United States
Zip Code: 98158
 
Record
SN03624345-W 20150128/150126234210-0346be625987485de64a1d0120f23df9 (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.