Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Z -- US Probation Office Renovation Grand Forks, ND

Notice Date
5/14/2020 11:16:21 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0020R0098
 
Response Due
6/5/2020 2:00:00 PM
 
Archive Date
06/20/2020
 
Point of Contact
Dylan T. White, Phone: 3032361084, Miriam Babcock, Phone: 3032362089
 
E-Mail Address
dylan.white@gsa.gov, miriam.babcock@gsa.gov
(dylan.white@gsa.gov, miriam.babcock@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a request for proposal (RFP) for the General Services Administration, Public Buildings Service, Rocky Mountain Region (also referred to as ""Region 8""). The information provided in this notice is a basic overview of the project requirements and solicitation documents. Offerors should reference the attached documents for a complete description of the requirement and solicitation. Summary of Anticipated Scope:��Region 8 requires full design and construction services to build out approximately 2,000 square feet at the Ronald N. Davies Federal Building & U.S. Courthouse, 102 North 4th Street, Grand Forks, ND 58203-3738. The Ronald N. Davies Federal Building & U.S. Courthouse is listed in the National Register of Historic Places. Construction is expected to include the build out of approximately six offices and space uses for functions such as conference rooms, storage rooms, restrooms, janitorial closets, waiting/processing areas, and interview rooms. Design and construction disciplines may include activities such as architectural and interior design, structural, mechanical, HVAC, fire protection, commissioning and TAB, historic preservation, electrical, and plumbing. Considerations must be given to the possibility of irregular work hours to accommodate the schedule of building occupants and the Courts. NAICS:��The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5 million. Subcontracting:��In accordance with FAR subpart 52.219-14, the prime contractor must perform at least 15 percent of the cost of the contract. Bonding:��Performance and payment bonds are required if the construction contract exceeds $150,000 (see FAR subpart 28.102). A bid guarantee will be required as part of the proposal (see FAR subpart 28.101). Estimated Magnitude of Construction:��The Government estimates the magnitude of construction to be between $500,000 and $1,000,000 for design and construction services. Period of Performance & Projected Schedule:��The contractor has 216 calendar days after issuance of a notice to proceed�to achieve substantial completion of the work. The project schedule is negotiable and is evaluated as part of the selection process. The schedule below is provided based on tentative milestones established by the Government. Release of Solicitation:� 04/21/2020 Pre-Walk Coordination Meeting:� 05/14/2020 at 10:00 a.m. Mountain Time Tentative Site Visit Date:� May 19, 2020 at 09:00 a.m. Central Time Proposal Deadline:� 06/05/2020 no later than 3:00 p.m. Mountain Time Contract Award:� 07/20/2020 Estimated Design Duration:� 07/20/2020 - 10/20/2020 Estimated Construction Duration:� 10/21/2020 - 02/21/2021 Estimated Closeout & Turnover:� 2/22/2021 - 3/24/2021 Site Visit Information:��Region 8 has scheduled site visit at the Ronald N. Davies Federal Building & U.S. Courthouse on May 19, 2020 at 09:00 a.m. Central Time (local time).� A Pre-Walk Coordination Meeting has been scheduled for Thursday, 14 May 2020 at 10:00 a.m. Mountain Time. See attachment SF30 47PJ0020R0098 Amendment 0003 20200507 for further information and Pre-Bid Walkthrough Agenda. Persons in attendance at the site walk must follow the administrative order of the U.S. District Court - District of North Dakota for� site access, guidelines, and protocols (contact GSA Contracting Officer Dylan White for GSA Project Manager Fahim Panjshiri or this information ). The Government makes no guarantee that individuals will be given access to the site visit if they fail to attend the Pre-Walk Coordination Meeting on Thursday, 14 May 2020 at 10:00 a.m. Mountain Time. Interested contractors will need to coordinate in advance with the Region 8 point of contact listed in the solicitation document. Information on Proposal Submission:��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 awards 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 the acceptability of a proposal based on the initial proposal submitted by offerors.� Offerors are required to submit a technical proposal package and a 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 may 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 to price. Technical Volume:� The evaluation factors that comprise of the technical volume are as follows: (1) company's past performance; (2) relevant experience of key personnel / qualifications; (3) quality management; (4) construction management; and (5) project schedule. The factors for quality management and construction management have subfactors considered in the evaluation. The non-price evaluation factors are weighted as follows: Company's Past Performance - 20% Relevant Experience of Key Personnel / Qualifications - 20% Quality Management - 20% Subfactor 3.1 Quality Control - 10% Subfactor 3.2 Quality Assurance- 10% Construction Management - 20% Subfactor 4.1 Coordination and Management - 10% Subfactor 4.2 Risk Management - 5% Subfactor 4.3 Cost, Schedule, and Quality Control in Geographically Remote Environment - 5% Project Schedule - 20% The solicitation documents should be referenced for specific details concerning the submittal requirements and evaluation of non-price factors. Price Volume:� The Government requests pricing be submitted in CSI format. Offerors are strongly encouraged to contact the GSA project points of contact if there are any questions about the requested price format. It is further highly encouraged that offerors provide any support documentation as part of pricing. The Government reserves the right to request additional support documentation for pricing, such as subcontractor/supplier quotes. Offerors must also submit a signed Standard Form 1442, executed Bid Bond on Standard Form 24, and authorized individuals to negotiate and bind the business entity into a contractual arrangement. See GSA Solicitation No. 47PJ0020R0098 and other solicitation documents for details. Requests for Information:��Interested contractors are encouraged to submit any requests for information directly to the Government points of contact shown in this Contract Opportunities notice and solicitation documents. Please be aware the Government may not respond to requests after the deadline identified in the attached solicitation documents. System for Award Management:��All interested offerors must be registered in the Government's System for Award Management (SAM) prior to submission of the offer. Document Availability:��Most documents are available for electronic download from the Contract Opportunities domain as attachments to this announcement. Any documents that include sensitive but unclassified (SBU) building information may only be released through controlled methods and requires interested offerors to complete the Request for Sensitive�but Unclassified (SBU) Building Information form, which is included as an attachment to this announcement. Attachments: �Solicitation for U.S. Probation Office Renovation, dated April 15, 2020 �Standard Form 1442 Solicitation, Offer, and Award (Construction, Alteration, or Repair), dated issued� 4/21/2020 ��Agreement for U.S. Probation Office Renovation, dated April 15, 2020 �Statement of Work for Probation Office Renovation �Universal Scope Requirements V2.1 - 6.8.2018 �U.S. Courts Design Guide (2007 Edition) �Design Intent Drawing�Probation Office Renovation��(requires completion of SBU form) �Wage Determination General Decision Number ND20200014, Modification No. 0, dated 01/03/2020 �Vendor Fitness Determination Training�Manual (request from GSA Contracting Officer) �Representations & Certifications for GSA Solicitation No. 47PJ0020R0098, dated April 2, 2020 Request for Sensitive but Unclassified (SBU) Building Information (Solicitation Attachment 1) �Past Performance Questionnaire for GSA Solicitation No. 47PJ0020R0098 (Solicitation Attachment 2) Amendment 0001 04/27/2020:��The attached SF30 amends the Solicitation to incorporation additional information on a site visit. A site visit has been scheduled for May 12, 2020 at 10:00 a.m. Central Time at the Ronald N. Davies Federal Building & U.S. Courthouse, 102 North 4th Street, Grand Forks, ND 58203-3738. See attached Amendment 0001 for additional details. Amendment 0002 05/01/2020:��The attached SF30 for amendment 0002 makes the following amendments: i) amends the site visit date from May 12, 2020 at 10:00 a.m. Central Time to May 19, 2020 at 09:00 a.m.� Central Time; ii) provides responses to submitted requests for information; and iii) amends the proposal deadline from May 27, 2020 no later than 3:00 p.m. Mountain Time to June 5, 2020 no later than 3:00 p.m. Mountain Time. Amendment 0003 05/07/2020:��The attached SF30 for amendment 0003 incorporates into the Solicitation a Pre-Walk Coordination Meeting to be held on May 14, 2020 at 10:00 a.m. Central Time. See attached amendment for details. Amendment 0004 05/07/2020:��The purpose of amendment 0004 to GSA Solicitation No. 47PJ0020R0098 is to provide clarifications on site visit dates and the proposal deadline. See attached SF30 for amendment 0004 for details. Amendment 0005 05/14/2020:��The purpose of amendment 0005 to GSA Solicitation No. 47PJ0020R0099 is to i) provide responses to submitted requests for information; ii) amend the proposal offers due date in the general information section of the solicitation announcement on Contract Opportunities to match the deadline of June 5, 2020 no later than 3:00 p.m. Mountain Time described in other documents; and iii) updates the administrative order from the Courts.� See attached�amendment 0005 for additional details.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/468f7ad313a544be845ea1c345cc16ff/view)
 
Place of Performance
Address: Grand Forks, ND 58203, USA
Zip Code: 58203
Country: USA
 
Record
SN05657698-F 20200516/200514230155 (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.