Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
SOLICITATION NOTICE

Y -- Design / Build Repair and Alteration Project at the U.S. Courthouse, - Package #1

Notice Date
7/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS04P16BVC7007
 
Archive Date
8/25/2016
 
Point of Contact
Rosalind Cherry, Phone: 4043315461, Michael S. Reece, Phone: 4042158756
 
E-Mail Address
rosalind.cherry@gsa.gov, michael.reece@gsa.gov
(rosalind.cherry@gsa.gov, michael.reece@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Security - Phase One Rep & Certs - Phase One Agreement - Phase One Request for - Phase One This requirement was originally synopsized under Pre-Solicitation Notice GS-04-P-16-BV-C-7007 on April19, 2016. Contained herein are Phase I - RFQ documents to be used for submission of a Technical Proposal, per the RFQ. The General Services Administration (GSA) hereby notifies of the intent to procure for the Design/Build contract for the Repair and Alteration Project at the U.S. Courthouse in Pensacola, Florida. Issuance of this Solicitation does not warrant that funds are presently available for award of a Contract. Award of the Contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under this Solicitation in advance of such time as funds are made available to the Contracting Officer for the purpose of Contract award. Project Summary: The District Courthouse in Pensacola is a 5-story building with a total of 69,015 usable square feet. The proposed project will include alterations to the District Courthouse that will correct the water intrusion issues in the building by replacing the building's façade, installing a new standing seam metal roof system, repairing structural damage to the building caused by the water intrusion, and completely abating the presence of mold created by the water intrusion. Interior finishes throughout the building damaged by the water intrusion will also be replaced. GSA will also take the opportunity during the façade repairs to install a new security blast protection system to the exterior. In addition, the renovation will address the modernization of the outdated fire safety system and the HVAC system by adding additional VAV boxes and a new BAS system to better control the interior humidity. The existing restrooms in the building will also be upgraded, including the installation of floor drains and replacement of wall finishes, and new Architectural Barriers Act Accessibility Standard (ABASS) compliant unisex restrooms will be installed on each floor to meet GSA's P-100 requirements. Grounds and approaches will be repaired after façade demolition and replacement, parking will be repaved, and waterproofing and drainage will be installed on the site. The selection process will utilize the Best Value Tradeoff process as stipulated within the Federal Acquisition Regulation (FAR) Part 15 and the Two-Phase Design-Build Selection Procedures in Subpart 36.3 of the FAR. GSA is in the process of finishing a Program of Requirements for a design build which will be the bases for the design/build contract. All work will be performed in accordance with GSA authorized and approved standards. Qualification proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase 2. One contract will be awarded using competitive negotiation. In Phase 1, GSA will select a short list of the most highly qualified offerors and request that those offerors submit Phase 2 proposals. All responsible sources may submit a Phase 1 proposal, leading to selecting a short list of between 3 and 5 Design-Build Offerors who will be invited to participate in Phase 2 proposals. Only those selected offerors are authorized to submit Phase 2 proposals. Those offerors not selected for participation in Phase 2 will be notified in accordance with FAR 15.503(a). In Phase 2, Offerors may submit a price proposal subject to the Project Labor Agreement (PLA) requirements set forth in the Phase 2 solicitation (a PLA proposal), a price proposal not subject to the PLA requirements set forth in the Phase 2 solicitation, or both. Any price proposal submitted in Phase 2 shall clearly identify whether it is subject to such PLA requirements. The estimated price range for the Project is between $20 and $30 Million. The Contractor (if not a small business concern), shall be required to present an acceptable small business, service-disabled veteran-owned small business, HUBZone small business, veteran-owned, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with goals required by GSA (Phase 2 requirement). 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 RFP 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 the 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. 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/4PCA/GS04P16BVC7007/listing.html)
 
Place of Performance
Address: 1 North Palafox Street, Pensacola, Florida, 32502, United States
Zip Code: 32502
 
Record
SN04178029-W 20160713/160711235010-a1aaf4184ffd7b315cd62aeb16c8d089 (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.