Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

Y -- Design-Build Contract for the Expansion & Modernization Project at the Otay Mesa Land Port of Entry - Pre-Solicitation Notice Attachments

Notice Date
5/17/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R9 ACQ MGMT DIV PROJECTS BRANCH (47PK01), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
 
ZIP Code
94102-4912
 
Solicitation Number
47PK0118R0007
 
Point of Contact
Christopher Lee,
 
E-Mail Address
christopher.lee@gsa.gov
(christopher.lee@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 02 - Department of Homeland Security Non-Disclosure Agreement Form 11000-6 Attachment 01 - Sensitive but Unclassified Information Form Pre-Solicitation Notice Solicitation No.: 47PK0118R0007 Continuing a legacy of outstanding public architecture that was initiated with the founding of the Nation, the General Services Administration (GSA), Public Buildings Service seeks to commission our Nation's most talented architects, landscape architects, interior designers, engineers, and construction professionals to design and construct Federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, functionality, constructability, durability, and reliability; create environmentally responsible and superior workplaces for Federal employees; and give contemporary form and meaning to our democratic values. In this context, the GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural/Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation or Executive order, all facilities will meet Federal energy goals, security requirements, and achieve at least a LEED Gold certification. PROJECT The Otay Mesa Land Port of Entry is the third-busiest commercial land crossing along the United States - Mexico border and one of three land ports located in the San Diego - Tijuana metropolitan region. The Port was constructed in 1983 and has since seen a steady increase in both commercial and pedestrian traffic. The now outdated facility can no longer support nor enforce the missions of its primary tenant, the U.S. Department of Homeland Security, Customs & Border Protection (CBP). To address this growing concern an expansion and modernization project is currently being developed by the GSA. The proposed project will involve both new construction and renovation of existing facilities, and include but is not limited to the following: New construction; •Additional commercial processing booths •Hazardous Materials (HazMat) facilities •34,000 SF Commercial Annex Building •U.S. Department of Transportation Federal Motor Carrier Safety Administration inspection canopy •GSA OPTION: 13,000 SF U.S. Department of Agriculture Plant Inspection Station Renovation of the following facilities to expand other port operations; •Main Building •Commercial Import Building •Commercial Export Building Additional improvements include surface parking in the Export lot, a dedicated Return-to Mexico lane, a new northbound pedestrian ramp, sidewalk improvements to the South Bay Bus Rapid Transportation Center, security updates, and energy and water efficiency updates. The contractor scope of work will include all of the labor, materials, and equipment required to provide architectural, engineering, construction, and other related services necessary to successfully complete the project in compliance with all applicable codes. Other services may include but are not limited to site planning, utility relocation, testing and inspection during construction, and commissioning. The period of performance for the design-build contract from the issuance of the Notice to Proceed of the contract award by the GSA Contracting Officer though project substantial completion is estimated to be thirty-six (36) months. The estimated price range for the project is between $90,000,000.00 and $110,000,000.00. PROCUREMENT The GSA will synopsize the procurement on the Government-wide FedBizOpps website at www.fbo.gov to inform all interested parties and provide the opportunity to participate on the project. The GSA will solicit the project in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and utilize a Two-Phase Design-Build Selection Procedures per FAR Part 36.3. The GSA Solicitation will be issued sequentially in two separate, distinct phases; Phase 1 and Phase 2 respectively. The Phase 1 Request for Qualifications (RFQ) will evaluate an offeror's qualifications. At the conclusion of the Phase 1 evaluation the GSA will rank all of the offerors and select/shortlist no more than three (3) of the most highly technically qualified proposals for participation in Phase 2. Only those shortlisted offerors will be allowed to continue with the procurement process and receive the Phase 2 Request for Proposal (RFP). No exceptions will be made by the GSA. The Phase 2 RFP will require shortlisted offerors to submit both a technical and price proposal. The GSA will evaluate these proposals separately in accordance with FAR Part 15 and will consider an offeror's Total Evaluated Price as well as the non-price factors. At the conclusion of the Phase 2 evaluation the responsible offeror whose proposal will be most advantageous and provide the best value to the Government will be selected to receive the contract award. The GSA intends to award a single firm-fixed price design-build contract for the Expansion & Modernization Project at the Otay Mesa Land Port of Entry. It is important to note that no stipend will be paid as a part of Phase 1. However those shortlisted firms who submit a responsive proposal in accordance with the Phase 2 RFP requirements but do not ultimately receive the contract award will be paid a monetary stipend under certain conditions and in an amount to be determined later. This procurement will not be set-aside for small business and therefore will be open to both large and small business contractors. Offerors (if not a small business concern) shall be required to present an acceptable Small Business Subcontracting Plan as a part of the Phase 2 RFP in accordance with FAR 19.7. The Phase 1 RFQ is scheduled to be issued on Thursday May 31, 2018, however this is subject to change at the sole discretion of the GSA. The RFQ will be issued by the GSA Contracting Officer only. In order to receive the RFQ all potential offerors must meet the following Mandatory Requirements: Mandatory Requirements •Provide a letter of interest on the offeror's letterhead identifying a single point of contact, address, phone/fax numbers, and an email address where GSA inquiries, notices, and the Phase 1 RFQ should be directed. •Offeror must be registered and provide proof of active status in the System Award Management on‐line system. This applies to Joint Ventures as well. •Proof of the offeror's ability to provide bonding capacity of $100,000,000.00 in the form of a letter from a surety. •A completed and signed Sensitive but Unclassified Information Form (Attachment 01). •A completed and signed Department of Homeland Security Non-Disclosure Agreement Form 11000-6 (Attachment 02). Potential offerors must submit all of the documentation necessary to satisfy the Mandatory Requirements directly to the GSA Contracting Officer via email only at the address indicated below. Only after all the Mandatory Requirements are fulfilled will a potential offeror receive the Phase 1 RFQ. It is the offeror's sole responsibility to ensure that the Contracting Officer has received the submitted documentation. Offerors who cannot meet all of these requirements will not receive the Phase 1 RFQ. For any questions and concerns regarding this announcement please contact the GSA Contracting Officer via email at christopher.lee@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/47PK0118R0007/listing.html)
 
Place of Performance
Address: Otay Mesa Land Port of Entry, San Diego, California, United States
 
Record
SN04925687-W 20180519/180517230713-0f4fff05a25a41e1282dca0603e07223 (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.