Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

Z -- LIMITED SCOPE & TENANT BACKFILL PROJECT GSA Design Excellence Solicitation for Lead Design Architect and Engineer

Notice Date
2/27/2020 7:24:53 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0020R0066
 
Response Due
3/19/2020 3:00:00 PM
 
Archive Date
04/03/2020
 
Point of Contact
John A Kelley, Contracting Officer, Phone: 7202928507, Len Wilson, Contract Specialist, Phone: 3035949195
 
E-Mail Address
john.kelley@gsa.gov, len.wilson@gsa.gov
(john.kelley@gsa.gov, len.wilson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Request for Qualifications (RFQ)�for a Design and Construction opportunity in Design and Construction Excellence for a Design Build (DB) contract for the existing Building 48 on the Denver Federal Center. This acquisition encompasses the design and construction needed to convert an existing vacant warehouse building into the offices and related space as required by GSA and the relocation of federal employess from leased space into Building 48. The design build scope of work includes all labor, materials, design, engineering, construction, commissioning, and other related services necessary to support the modernization of Building 48 and conversion to modern office space.� The Small Business Size Standard is $39.5M. The total space of the building consists of approximately 154,000 gross square feet, all of which is currently vacant. The estimated total design/buildcost is between $35,000,000 and $50,000,000.� The scope of the modernization project will consist of the installation or replacement of all major systems, such as mechanical, electrical, plumbing, and communications, as well as structural enhancements and roofing replacement as identified in the program development study. The project will maximize opportunities for natural daylight into the resulting space, utilizing existing and introducing new building penetrations. The tenant finish will support an open office layout, incorporating elements of the existing warehouse into the architectural design. The main entry of the building will be relocated and modernized. Additionally, exterior to the building is roughly 200,000 square feet of ware yard, including four small satellite buildings which as a part of this acquisition will be cleared and replaced with a new parking lot. Outdoor spaces will be designed and constructed at the building exterior to enhance the landscape architecture and for use by the tenant agency.� GSA intends to award a firm fixed price design build contract pursuant to the Federal Acquisition Regulation (FAR) two phase design build selection procedures (FAR Subpart 36.3). For this contract award process, GSA will issue two Solicitations in sequence: Phase 1 and Phase 2, respectively. The purpose of Phase 1 (the Request for Qualifications) is to select the most highly qualified Offerors from Phase 1 to participate in Phase 2 (the Request for Proposals). Once Phase 1 is complete, the Contracting Officer will invite the �shortlisted� Offerors to submit Phase 2 proposals. Maximum Number of �Short Listed� Offerors: The Contracting Officer will select a maximum of three (3) of the most highly rated Offerors to proceed to Phase 2. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase 1 �shortlist� on beta.SAM.gov. Phase 2 of the solicitation is prepared in accordance with FAR Part 15 and includes the Phase 2 evaluation factors, developed in accordance with 15.304. Phase 2 solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with Part 15. In accordance with FAR Part 15.101-1(b)(2), the non-price/technical evaluation factors, when combined, are significantly more important than cost or price. At the conclusion of Phase 2, GSA intends to award a contract to a single Offeror for all design and all construction services pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). GSA envisions a highly collaborative design build delivery approach for this project where the Design Build contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient building. The project is also to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. During the development period from initial concept to final design the DB team will work in close consultation with GSA, the stakeholders and the Construction Management Advisor (CMa) to ensure that all of the goals are addressed and that best value practices are utilized. This procurement will set aside to small business firms certified in beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c8aa6ac7e4147aab974fe7dc8f6433d/view)
 
Place of Performance
Address: Lakewood, CO 80225, USA
Zip Code: 80225
Country: USA
 
Record
SN05574411-F 20200229/200227230140 (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  © 1994-2020, Loren Data Corp.