Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

Z -- Design-Build Construction for HHS OMHA Office at US Courthouse Seattle - Amendment 2

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10-P-17-LT-R-0003
 
Response Due
5/15/2017 4:00:00 PM
 
Point of Contact
Keith R. Goodsell, Phone: (253) 931-7775, Dawn M Ashton, Phone: (253) 306-1711
 
E-Mail Address
keith.goodsell@gsa.gov, dawn.ashton@gsa.gov
(keith.goodsell@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Two Amendments have been issued. See SF 30s fo details regarding second site visit. The GSA has issued the solitiction as of 04/15/2017. A pre-proposal confernce and site visit is plan for 04/24/2017 and proposals due on 05/15/2017. Download the Read me first document, the Solicitation for specific details. This is an all-electronic solicitation release, including amendments. All documents will be posted on the electronic Federal Business Opportunities (FBO) website at: www.fbo.gov. Offerors interested in submitting a proposal in response to this Solicitation will be responsible for monitoring this website and the Solicitation link to ensure timely receipt of any amendments or other Solicitation-related information posted therein. Offerors are responsible for downloading all required documents from the FBO websites. Hard copies will not be made available. Sensitive But Unclassified (SBU) information, such as drawings will be restricted to those Offerors given explicit access afforded by acknowledgement of and compliance with GSA/PBS Order (submit completed GSA/PBS Order 3490.2 acknowledgement form via e-mail to both the Dawn Ashton and Keith Goodsell at the e-mail addresses provided with this solicitation. Access to SBU will not be provided until said acknowledgement form has been completed and received. This solicitation does not commit the Government to pay any costs incurred in the preparation and submission of the initial and any subsequent proposals or for any costs incurred prior to execution of a formal contract. The Government shall not pay stipends for proposal costs incurred during this Solicitation POST SITE VISIT QUESTIONS: Questions raised during the site visit shall be submitted in writing to the GSA within five (5) workdays following the site visit. Offerors shall submit all other inquires/questions related to this RFP by May 04, 2017 in writing to the CO, CS and the PM via the following link https://goo.gl/forms/DkxIIO6u6e8To9ao2. Questions with pictures, graphics, or other attachments shall be submitted to the Contracting Officer, Contract Specialist, and Project Manager via e-mail after noting that the question in the survey link above has attachments being e-mailed. Ensure to annotate in the e-mail and survey link the Offeror's question unique number so that the information can be correlated. Solicitation Notice: The General Services Administration (GSA), Region 10, Public Buildings Administration is pleased to announce an opportunity for qualified design and construction firms to participate in a competitive procurement for the award of design-build construction services for tenant improvements of offices and related infrastructure on the 6th and 11th floors of the United States District Courthouse Seattle (Building WA0102ZZ) located at 700 Stewart Street, Seattle, WA 98101-1271. The work will be performed on behalf of the United States Department of Health and Human Services (HHS), Office of Medicare Hearings and Appeals (OMHA), and includes full design by highly qualified Washington State registered architects, engineers, and other appropriately credentialed professionals for disciplines including architecture, structural, electrical, mechanical, fire/life/safety, security, acoustics, audio/visual, and interior design. Demolition and construction work includes, but is not limited to, general construction/carpentry, Heating, Ventilation, and Air Conditioning (HVAC), fire/life/safety, electronic security, telecommunications, finish work, audio/visual, electrical, flooring/carpentry, patching & painting, potential furniture moving and related work. For security portions of the work (FIPS 201, FICAM, HSPD12, Physical Access Control Systems (PACS) and Intrusion Detection Systems), specialized subcontractors that are on listed of qualified vendors at www.idmanagement.gov will be required to be utilized. The work will be required to be phased as spaces become available at different dates and times. As such, close coordination will be required with building tenants. Also, there is high probability that there will be no onsite laydown areas other than in the spaces that the work is being performed. The same applies for onsite waste/debris containers as the containers will not be allowed in or around the building due to security reasons. Disposal will need to occur on an as needed basis. Expectations: All on site contractor team working onsite will need to be cleared through GSA and OPM. As such, it is requested that you carefully consider the security processing capabilities of your firm and associated subcontractors. The current process is taking approximately 30 to 45 days or more after a fully completed and accurate package is received. Contractor personnel must be prepared to complete online security questionnaires and obtain fingerprinting at one of the local facilities within the greater Seattle region, The Contractor will need to closely plan and coordinate with the Government to meet GSA, HHS OMHA, requirements for design reviews, material deliveries, and access to high security areas (U.S Marshall's Service). A Project Development Study (PDS) was produced for this procurement by the consulting firm of ECH Architecture PS, in conjunction with sub-consultants including Notkin Mechanical Engineers, Veltre Engineering, Inc., Reid Middleton, Inc., Stantec, and HMS Inc. A copy of that PDS will be provided as part of the Design-Build Construction Solicitation, minus any information that is considered procurement sensitive. An organizational conflict of interest may exist for these firms which may prevent their involvement with potential Offerors for the design-build construction procurement for which this pre-solicitation notice is being provided (specific details will be provided regarding whether said firms may be utilized during the competitive procurement). It is noted that the project will include requirements for brand-name equipment, systems, and services for which an approved Justification will be provided. Brand-name products and services to be included in the approved justification will include PACs as well as existing systems installed within the building (building automation system, HVAC, Fire/Life/Safety, etc.). MAGNITUDE: The anticipated magnitude of the project is $5,000,000 and $10,000,000, including all design and construction and related work. COMPETITION: Full and Open. This procurement is open to all qualified business firms. Any qualified responsible firm, including large businesses, small businesses, veteran-owned small businesses, service-disabled veteran owned small businesses, HUBZone small businesses, small disadvantaged businesses, women-owned small businesses, economically disadvantaged women-owned small businesses, 8(a) certified small businesses, small disadvantaged businesses, Alaska Native Corporations, Native American owned small businesses, and other businesses. Such firms are encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. Businesses of all sizes and socioeconomic status are recommended to add their contact information in the Interested Vendors list for this pre-solicitation notice. PROJECT DURATION: Anticipated award of June 7 through September 30, 2018 for all design, demolition, construction and acceptance testing/commissioning and moves. WARRANTIES: Both one year full warranties, as well as standard manufacturer's warranties will be required from project substantial completion and acceptance. Specific details will be provided in the Solicitation. PROCUREMENT STRATGY: 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 will reserve the right to make an award upon the basis of the initial offers without discussions. CONTRACT AWARD: GSA R10, PBS contemplates awarding a Firm Fixed Price (FFP) type contract as a result this solicitation.. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-04-26 19:25:30">Apr 26, 2017 7:25 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-05-03 22:09:38">May 03, 2017 10:09 pm Track Changes Amendment 0001 is issued as of 04/26/2017, which provides a list of attendees for pre-proposal conference and site visit held on Monday, 04/24/2017 (see SF 30 and attachments). Amendment 0002 is issued as of 05/03/2017, which provides for a second site visit on 05/08/2017 at 10:00 a.m. Pacific Time, extends the date for submission of questions to 05/11/2017, and extends the date and time for submission of proposal to 05/18/2017 at 4:00 p.m. Pacific Time. See the SF 30 for specific details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10-P-17-LT-R-0003/listing.html)
 
Place of Performance
Address: United States District Courthouse Seattle, 700 Stewart Street, Seattle, Washington, 98101-1271, United States
Zip Code: 98101-1271
 
Record
SN04493797-W 20170505/170503234248-c50e67a734364248328acf1642238d12 (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.