Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

Z -- U.S. Probation Office Renovation

Notice Date
12/2/2019 12:22:30 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0020R(serial_no_TBD)
 
Response Due
11/28/2019 11:00:00 PM
 
Archive Date
12/14/2019
 
Point of Contact
Dylan T. White, Contracting Officer, Phone: 3032361084, Heath Moore, Contract Specialist, Phone: 7202730140
 
E-Mail Address
dylan.white@gsa.gov, heath.moore@gsa.gov
(dylan.white@gsa.gov, heath.moore@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Presolicitation Notice - Design and Construction ServicesU.S. Probation Office RenovationMike Mansfield Federal Building & U.S. Courthouse, 400 N Main Street, Butte, MT 59701This is a presolicitation notice for the General Services Administration, Public Buildings Service, Rocky Mountain Region (Region 8). This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is exclusively to publicize information about the project opportunity for design and construction services required to build out approximately 1,500 square feet of office space for the U.S. Probation Office at the Mike Mansfield Federal Building & U.S. Courthouse.Summary of Anticipated Scope: The scope of work is anticipated to require full design and construction services to build out approximately 1,500 square feet of office space for the U.S. Probation Office (U.S.P.O.) at the Mike Mansfield Federal Building & U.S. Courthouse, 400 N Main Street, Butte, MT 59701. The services require expertise in construction such as metal stud wall, gypsum wall board, paint, carpet, casework, plastic laminate counters, interior window glazing, ceiling systems, lighting, mechanical system alteration/expansion and fire and fire alarm systems alteration/expansion. The Mike Mansfield Federal Building and U.S. Courthouse is listed on the National Register of Historic Places. Contractors and A/E firms are to coordinate all work with the State Historic Preservation Office of Montana and the GSA Historic Preservation Officer. All design and construction efforts must be coordinated with interested stakeholders through regular progress meetings and consultation.Design services require expertise in architectural and interior design, structural engineering, mechanical engineering, electrical engineering, plumbing, industrial hygienist, and fire protection engineering. Design must include services for a site investigation, 65% design completion (mid-point), 95% design completion (pre-final), and 100% design completion (final) submittals. Based on the final design concept, the contractor must provide an updated construction work allocation plan with corresponding budget breakdown and supporting cost estimates. The contractor will also be required to perform cost estimating services to establish a baseline construction budget for the project at the time of award of the design-build contract. Before the start of the design concept phase, the contractor and GSA must agree on both contractor breakdowns of the baseline construction budget. Any changes in the budget breakdown and plan require the contractor to reconcile any significant differences submitted in a report. The report must be submitted before beginning work on the construction set of documents.Contract Type: The anticipated type of contract is a firm-fixed price type contract. The project delivery method is a design-build program.NAICS: The NAICS code for this procurement is 236200, Commercial and Institutional Building Construction, with a size standard for $39.5 million.Subcontracting: In accordance with FAR subpart 52.219-14, contractors must perform at least 15 percent of the cost of the contract.Set-Aside: The Government intends to set aside the requirement for small business concerns based on previously performed market research.Anticipated Dates for Procurement and Project:Issuance of Solicitation: 11/29/2019Preproposal Site Visit: 12/12/2019 at 9:00 a.m. Mountain TimeProposal Due: 01/13/2020Contract Award: 02/10/2020Start of Design Services: 02/11/2020Design Completion: 06/01/2020Start of Construction / Mobilization: 06/02/2020Projected Substantial Completion: 10/06/2020The anticipated dates are for planning purposes and may be subject to change. The anticipated period of performance is 112 calendar days for design and 127 calendar days for construction. The period of performance will be negotiable for the project.Site Visit Information: Region 8 intends to hold a site visit at the Mike Mansfield Federal Building & U.S. Courthouse on December 12, 2019. Interested contractors will need to coordinate in advance with the Region 8 point of contact listed in the solicitation document.Funds Availability: Issuance of this presolicitation notice does not warrant that funds are presently available for award of a contract. Award of a contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation and notice in advance of such time as funds are made available for the contracting officer for the purpose of contract award.Document Availability: The solicitation will be available for electronic download from the Contracting Opportunities domain located at the web address beta.sam.gov.Information on Proposal Submission: The Government plans to conduct a competitive negotiated acquisition after exclusion of sources. The acquisition will be a total small business set-aside. The Government will use source selection procedures in FAR Part 15 to evaluate proposal packages. Specifically, the Government will use the best value continuum concept. The best value continuum concept evaluates past performance, technical factors, and price through a tradeoff process and other procedures described in the solicitation.The Government reserves the right to make award without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may evaluate and make a final decision for award solely on the basis of the initial proposal submitted by offerors. Furthermore, the Government may determine acceptability of a proposal based on the initial proposal submitted by offerors. Offerors will be required to submit a technical proposal package and price proposal package.The Government may establish a competitive range comprised of the most highly rated proposals. The competitive range may also exclude highly rated proposals that may otherwise be included in the competitive range if it is necessary to achieve efficiency in competition among the most highly rated proposals. The Government reserves the right to establish a competitive range of one if it is clear from the initial evaluation process which proposal represents the best value to the Government.In the Government's evaluation of proposals, the non-price factors, when combined, are approximately equal in importance to price. The Government intends to evaluate the following non-price factors: past performance, relevant experience on similar projects, technical approach, and key personnel. Generally, a similar project includes aspects that are similar to the design-build scope of work for the U.S. Probation Office Renovation such as design-build project delivery, renovations and improvements in historic buildings, and renovations and improvements for the U.S. Courts. The definition of a similar project will be further defined in the solicitation document released with the RFP. The evaluation of technical approach is intended to assess the value of the offeror's design-build approach and technical solution for the project. Evaluation of key personnel is intended to assess the proposed level of experience for key positions as part of the project team. The Government may request evidence of adequate bonding capacity as a go/no-go (pass-fail) factor to ensure interested offerors have adequate bonding capacity. The evaluation criteria described in this presolicitation notice is for informational and planning purposes and may be subject to change prior to release of the solicitation.Analysis of pricing for submitted proposals may utilize any reasonable techniques available to determine the price is both fair and reasonable. For instance, any of the proposed techniques in FAR subpart 15.404-1 may be used to analyze pricing. The Government reserves the right to evaluate the price realism of any selected successful offer prior to award of a contract. Performance and Payment Bonds: In accordance with FAR subpart 28.102-1, performance and payment bonds will be required for this design-build effort. A bid guarantee will be required as part of the proposal.Estimated Magnitude of Construction: The Government estimates the magnitude of construction to be between $250,000 and $500,000 for design and construction services.Proposed Solicitation Number: The solicitation number for this requirement will not be assigned until a request for proposal / solicitation has been posted on Contracting Opportunities through the Governmentwide Point of Entry (GPE). The solicitation number will begin with 47PJ0020R, but the four digit serial number has not yet been assigned for the requirement. This presolicitation notice will be amended to provide information on the appropriate solicitation number once the request for proposal is posted to Contracting Opportunities.Requests for Information: Interested contractors are encouraged to submit any requests for information directly to the Government points of contact shown in the Contracting Opportunities notice. Please be award that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project, requirements, solicitation, and contract documents.The Contracting Officer for this project is Dylan White (dylan.white@gsa.gov). All questions and communications should be directed through the identified contracting officer.Other Information: If a solicitation is released for the need described above, then all interested firms will be required to register in the Government's System for Award Management (SAM) prior to submitting a proposal.The information provided in this presolicitation notice shall not be construed as a request for proposal nor as a commitment by the Government. Information is to be provided on a voluntary basis. No reimbursement of direct or indirect costs or charges, including postage and shipping, or any other costs will be made as a result of the submission of information.Notice of Migration of FBO to Contracting Opportunities: FedBizOpps will be modernized and consolidated at beta.sam.gov while this post is active. Once the consolidation is complete this opportunity will be avilable through Contracting Opportunities at sam.gov. You may also contact the listed points of contact for this presolicitation notice about any questions concerning the release of the solicitation.Updates to Schedule: The anticipated solicitation release date has been changed from 11/15/2019 to 11/29/2019. All tentative project schedule dates have been adjusted above in the section for Anticipated Dates for Procurement and Project. The tentative date for the preproposal site visit has changed from 12/05/2019 to 12/12/2019 at 9:00 a.m. Mountain Time. The schedule information was further corrected under the site visit information section above to correct an inconsistency and establish the site visit date as 12/12/2019 at 9:00 a.m. Mountain Time.Notice of Assigned Solicitation Reference Number: The assigned solicitation reference number will be different than the reference ID for this presolicitation notice. The appropriate solicitation reference number will be posted to this presolicitation notice once a reference number has been assigned to this project.Notice of Posted Solicitation on Contracting Opportunities: The Government posted the Notice ID number 47PJ0020R0030 on December 2, 2019 for U.S. Probation Office Renovation described int his presolicitation notice. Interested parties and contractors should refer to the assigend notice ID number 47PJ0020R0030 to view the details of the posted opportunity.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0908bd58c6184456a4a23a06e23a0e29/view)
 
Place of Performance
Address: Mike Mansfield Federal Building & U.S. Courthouse400 N Main Street, 11275, MT 59701, USA
Zip Code: 59701
Country: USA
 
Record
SN05506379-F 20191204/191204045509 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.