SOLICITATION NOTICE
Y -- Building 54 West Addition
- Notice Date
- 11/16/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 47PM02, 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- EQWPMA-17-0029
- Point of Contact
- Chervette Whaley, Phone: 2029695549, AnnabelleBarnettContee, Phone: 2025617848
- E-Mail Address
-
chervette.whaley@gsa.gov, Annabelle.Contee@gsa.gov
(chervette.whaley@gsa.gov, Annabelle.Contee@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Ref. No. EQWPMA-17-0029 The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Qualifications (RFQ) for a negotiated procurement for the Design/Build contract for construction of the new Building 54 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 CUP2 Building. Project Description: The Project will consist of the design and construction of the new building, localized soils stabilization efforts for several adjacent historic buildings, structural monitoring of the historic buildings and the installation of the related pads and mechanical and electrical equipment. Commissioning will also be part of the project. Building 54 is approximately 80,000 sf with 3-levels. 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 Boulevard, 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 $35 - 50 million. The Construction Performance Period shall not exceed 12 months. This contract is being procured using the 2 Phase Design Building Procedures in accordance with FAR 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 This factor considers the extent of the Firm’s past experience as a firm in providing similarly complex construction services. The Firm must demonstrate successful experience as a Design Build (DB) Contractor responsible for the construction of a minimum of two (2) and a maximum of five (5) similar projects substantially completed within the past eight (8) years as defined below. (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. The General Services Administration will only make the RFQ available electronically at www.FBO.gov. GSA intends to upload the RFQ on this site on or about December 1, 2016. This site provides instructions for downloading the RFQ. In accordance with the requirements of the RFQ, all proposals shall be submitted by January 5, 2017 by 1:00 PM, EST, to the address stated in the Solicitation documents. 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. North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction and the Size Standard is $36.5 million. This solicitation is not set-aside for small business concerns. All responsible sources may submit a technical proposal package, which will be considered by the agency. 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 RFQ. Only one proposal may be submitted by each offeror. 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/EQWPMA-17-0029/listing.html)
- Place of Performance
- Address: St Elizabeths West Campus, 2701 Martin Luther King Jr Avenue, SE, Washington, DC 20032, Washington, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN04329406-W 20161118/161116234459-6eb8991d7a578c49d0472c530c846ca5 (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 |