Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

Z -- SOLICITATION FOR CONSTRUCTION SERVICES GS-08-P-16-JC-C-7005 - Frank E. Moss Courthouse Back-Fill Construction Project - Construction services - SF1442, SF30 Amend001, SF30 Amend002

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Rocky Mountain Region, Mtn Plains Svs Ctr (8PSM), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
GS-08-P-16-JF-C-XXXX
 
Archive Date
5/26/2016
 
Point of Contact
Kenya Freeman, Phone: 3032362003, Anne K. LaPorta, Phone: 3032362072
 
E-Mail Address
kenya.freeman@gsa.gov, anne.laporta@gsa.gov
(kenya.freeman@gsa.gov, anne.laporta@gsa.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The Step 2 Price Proposal RFP documents are available to offerors selected from the Step 1 RFQ process. The SF1442 and SF30s RFP documents contain SBU information so attachments are not published with this notice. The Step 2 Price Proposal RFP documents are available to offerors selected from the Step 1 RFQ process. The SF1442 and SF30s RFP documents contain SBU information so attachments are not published with this notice. The Step 2 Price Proposal RFP documents are available to offerors selected from the Step 1 RFQ process. The SF1442 and SF30s RFP documents contain SBU information so attachments are not published with this notice. AMENDMENT TO SOLICITATION NUMBER GS-08-P-16-JC-C-7005 REQUEST FOR PRICE PROPOSALS (RFP) RFP issued June 16, 2016 Amendment 001 to RFP issued July 1, 2016 Amendment 002 to RFP issued July 15, 2016 See attached documents. --------------------------------------------------------------------------------- --------------------------------------------------------------------------------- AMENDMENT 003 TO SOLICITATION NUMBER GS-08-P-16-JC-C-7005 Amendment 002 extended the question period in Section I.H. Preproposal Questions of the Solicitation. The Amendment 003 provides the answers to the additional questions. Attached to this Amendment 003 are the answers to the additional questions received as of the extended deadline of May 20, 2016 at Midnight MT. No further questions will be accepted for this Solicitation. See Amendment 001 for answers to the initial round of questions. --------------------------------------------------------------------------------- --------------------------------------------------------------------------------- [COPY OF PREVIOUS AMENDMENT] AMENDMENT 002 TO SOLICITATION NUMBER GS-08-P-16-JC-C-7005 Section I.H. Preproposal Questions Section I.H. of the Solicitation Is amended to open an additional question period. The initial period for questions expired on May 12, 2016 at 4:00 PM MT. This Amendment 002 opens up an additional period for questions regarding the Solicitation from the date and time of posting of this Amendment through May 20, 2016 at MIDNIGHT MT. Questions must be submitted to kenya.freeman@gsa.gov, anne.laporta@gsa.gov, and alan.camp@gsa.gov. Additional questions submitted on or before May 20, 2016 at MIDNIGHT MT will be answered only by posting of the answers as an amendment to the Solicitation on FedBizOpps on or before 1:00 PM MT Monday May 23, 2016. ---------------------------------------------------------------------------- ---------------------------------------------------------------------------- [COPY OF PREVIOUS AMENDMENT] AMENDMENT 001 TO SOLICITATION NUMBER GS-08-P-16-JC-C-7005 Offerors are reminded that in order to receive the Design Intent Documents listed in Section I.E.(6) c. of the Solicitation, please send in the completed SBU Form and completed Request for Solicitation Documents Form to: kenya.freeman@gsa.gov and anne.laporta@gsa.gov. These forms may be sent in immediately via electronic mail, so that you may view the design intent documents as you are completing your technical response. The Solicitation is amended by the responses to Questions that were received as of May 12, 2016 at 4:00 PM MT. The responses to the Questions are set forth in the Attachment hereto and constitute the Amendment 001 to the Solicitation incorporated in the Solicitation by reference. --------------------------------------------------------------------------------- --------------------------------------------------------------------------------- [COPY OF ORIGNAL SOLICITATION NOTICE] THIS NOTICE IS FOR ISSUANCE OF SOLICITATION NUMBER GS-08-P-16-JC-C-7005 THE PRE-SOLICITATION NOTICE WAS POSTED ON APRIL 1, 2016 UNDER GS-08-P-16-JF-C-XXXX IN ACCORDANCE WITH FAR 5.203. CONSTRUCTION PROJECT: Solicitation for Construction Services Construction Services Solicitation # GS-08-P-16-JC-C-7005 Region: Rocky Mountain Region 08 City: Salt Lake City State: Utah Contracting Officer: Kenya Freeman Phone Number: (303) 236-2003 Alternate Contact: Contract Specialist: Anne LaPorta Phone Number: (303) 236-2072 PROJECT: Frank E. Moss Courthouse Back-Fill Construction Project, Salt Lake City, Utah BUILDING TYPE: United States Courthouse CLIENT AGENCY: U.S. Department of Health and Human Services (HHS) SIZE: Approximately 73,200 usable squ are feet (usf) PARKING SPACES: N/A BUDGET: N/A. This is not a solicitation for design services; therefore an estimated construction cost at award (ECCA) amount is not required to be posted with this notice. GEOGRAPHIC LOCATION: Salt Lake City, Utah SET ASIDE: THIS PROCUREMENT IS SET ASIDE FOR AWARD TO WOMEN-OWNED SMALL BUSINESSES (WOSB) in accordance with the requirements of FAR 19.502-2, 19.203(c) and 19.1505(c). OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED. DESCRIPTION OF PROPOSED WORK: Building alterations and repairs of interior space consisting of approximately 73,200 total u sable square feet, located in the basement and on the first, second and fourth floors within the Frank E. Moss U. S. Courthouse located in Salt Lake City, Utah (Moss Courthouse). This contract does not include design work; design goals and work requirements for this project were defined and the architect/engineering services for this project have been procured separately. The Moss Courthouse is designated a historic building located in the heart of the Exchange Place Historic District in Salt Lake City, Utah. The joint use building has a gray granite exterior in the Art Modern Style and is the oldest structure in the Exchange Place Historic District. The district's impressive commercial architecture was created during the last quarter of the 19th century and was originally constructed in 1905, and two subsequent building additions, in 1912 and 1932, have doubled the building's size. The building is architecturally significant for its introduction of the Classical Revival Style to Utah. The interior space will be utilized by the U.S. Department of Health and Human Services (HHS) and various other Federal agencies. This construction project includes demolition, potential minor asbestos abatement, historical building considerations, general interior tenant finish, and minor roofing work. This project includes use of a brand name product (See Brand Name Justification attached hereto). The project is planned in two phases to facilitate coordinating tenant moves into finished space as efficiently as possible (Phase A - 33,355 usf; Phase B - 39,835 usf). The Contract structure is as follows: 1) Firm-fixed price for Phase A; and 2) a guaranteed maximum price option for Phase B (Phase B Option) to be converted to firm-fixed price at the time the option is exercised after award (see "PROCEDURES FOR AWARD" below). As a result of this process, a firm-fixed price contract for construction services (building alteration and repair). **Estimated Price Range: $10,000,000 - $20,000,000. **NAICS Code and Title: 236220, Commercial and Institutional Building Construction **Small Business Size Standard: $36.5 million SCOPE OF WORK: LOCATION OF THE WORK: County of Salt Lake, Salt Lake City, Utah DATES: SOLICITATION STEP 1 - TECHNICAL QUALIFICATIONS: Issuance of Solicitation for Technical Qualification Proposals (Step 1): May 2, 2016 Technical Qualification Statements Due: June 1, 2016 4:00 PM MT Notification to Step 1 Technically Qualified Respondents (those invited to sub mit Price Proposals): On or about June 10, 2016 SOLICITATION STEP 2 - PRICE PROPOSAL: DATES ARE PROVIDED FOR INFORMATIONAL PURPOSES ONLY. ONLY THOSE OFFERORS SELECTED FROM THE STEP 1 - TECHNICAL QUALIFICATION PHASE WILL BE INVITED TO SUBMIT A PRICE PROPOSAL. Issuance of Solicitation for Price Proposals (for both Phase A and Phase B Option) from Selected Technically Qualified Respondents (Step 2): On or about June 10, 2016 Price Proposals Due: On or about July 13, 2016 Contract Award Date: On or about August 31, 2016 POST-AWARD: Definitize Phase B Option (after award): On or about February 10, 2017 Completion of Contract Performance: On or about March 1, 2018 (approximately 580 days from Notice-to-Proceed) PROCEDURES FOR AWARD: Solicitation: The Solicitation will consist of two steps. Step 1 - Technical Qualifications phase and Step 2 - Price Proposal phase. To ensure proposals are complete and pricing may be evaluated, the Solicitation will be issued at or about 100% design completion for the Phase A work requirements. Phase A will be awarded as a firm-fixed price line item. The Solicitation will also include the Phase B design intent documents and specifications. The Solicitation will also include existing building information. Option Phase B: After award and at the time the Phase B design is complete, the government may determine to exercise the Phase B Option. The Contractor will be provided with the final 100% Phase B design documents, an additional site walk-through may be held, and a request for an updated pricing proposal will be issued for the Phase B work. A modification to the Contract may be issued only after evaluation of the Phase B Option proposal in accordance with specific criteria and negotiations as necessary, so that the Phase B Option work will be definitized to a firm-fixed price. GSA will evaluate the Phase B Option proposal and may accept, reject, or negotiate the option. Upon GSA's acceptance of the proposal by execution of an amendment, the Contractor becomes contractually bound to provide labor and materials for the Project and to complete construction at or below the guaranteed maximum price. As a result of this structure, the entire project will be procured under a firm-fixed price contract. The STEP-1 TECHNICAL QUALIFICATION will result in the most highly qualified responsible offerors being selected to submit a price proposal for evaluation in the STEP-2 PRICE PROPOSAL source selection process. The Government intends to award without discussions but reserves the right to do so. A trade-off approach will be utilized to select the proposal that represents the best value to the Government; therefore, the award will not necessarily be made to the lowest priced offer. PLAN AVAILABILITY: The Solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. All documents are subject to SENSITIVE BUT UNCLASSIFIED (SBU) document procedures. For the STEP 2 PRICE PROPOSAL, Offerors selected to participate in STEP 2 will be provided certain of the price proposal submission forms, specifications, and drawings on CD. In order to obtain these plans, only those Offerors selected from the STEP 1 TECHNICAL QUALIFICATIONS source selection and invited to submit a price proposal, will be provided information about how to receive those items. FEE FOR SOLICITATION DOCUMENTS: Solicitation documents are available at no charge. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible WOSB concerns. SITE VISIT: Only those Offerors selected to participate in the STEP 2 PRICE PROPOSAL source selection phase, will be invited to attend a pre-proposal conference and inspect the site and examine the data concerning performance of the work such as building records and plans of previous construction. Pre-registration will be required for all attendees to the site visit and participation will be limited. It is expected that the site visit will take place on June 28, 2016 at the Frank E. Moss Courthouse, 350 South Main Street, Salt Lake City, Utah 84101. If it is not feasible for offerors to inspect the site or examine the data on their own, offers must designate an individual who will show the site or data to the offerors and that person's contact information such as telephone number, and the designee(s) must pre-register prior to the site visit. A record shall be kept of the identity and affiliation of all offerors' representatives who inspect the site or examine the building data. FUNDS AVAILABILITY: 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. OPTIONS: The Government anticipates that the following options will be included in the solicitation and will be considered in evaluation of offers: **Phase B Option - For construction services for approximately 39,550 usf. Initially, for purposes of submitting a price proposal in response to the Step 2 solicitation phase, this option is required to be priced at a guaranteed maximum price. Upon exercise of the Option, the price will be definitized to a firm-fixed price. (See PROCEDURES FOR AWARD above) BONDING: A bid guarantee in the amount of 25% of the contract amount or $3,000,000, whichever is less, is required. Performance and payment bonds are required. SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award. IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), the policies and procedures of this subpart do not apply to acquisitions set aside for small businesses. ELIGIBLE OFFERORS: All responsible WOSB firms may submit a STEP 1 - TECHNICAL QUALIFICATION response which shall be considered by the agency. Only those responsible offerors selected through the STEP 1 -TECHNICAL QUALIFICATION evaluation process and notified to participate in the STEP 2 - PRICE PROPOSAL phase are permitted to submit a price proposal in response to the Solicitation. All prospective offerors are also required to use the Online System for Award Management (SAM) in federal solicitations as a part of the proposal submission. You may access SAM via the following URL, www.sam.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PMP/GS-08-P-16-JF-C-XXXX/listing.html)
 
Place of Performance
Address: Frank E. Moss U. S. Courthouse, 350 South Main Street, Salt Lake City, Utah, 84101, United States
Zip Code: 84101
 
Record
SN04184167-W 20160717/160715234217-1815cf242b250d4121307e3a15e4e9e3 (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.