SOLICITATION NOTICE
Z -- FTA D-B Tenant Improvements 31st Floor JFB
- Notice Date
- 10/27/2020 5:25:57 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R10 AUBURN WA 98001 USA
- ZIP Code
- 98001
- Solicitation Number
- 47PL0120R0064
- Response Due
- 11/9/2020 3:00:00 PM
- Archive Date
- 12/30/2020
- Point of Contact
- Keith R. Goodsell, Phone: 253-931-7775, Kimberly M Johnson, Phone: 253-709-7780
- E-Mail Address
-
keith.goodsell@gsa.gov, kimberlym.johnson@gsa.gov
(keith.goodsell@gsa.gov, kimberlym.johnson@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment A002, dtatd 10/27/2020 See SF 30 and Contintuation pages for details ________________________________________________________________________________________________ Amendment A001, dated 10/26/2020.� See SF 30 and Contintuation pages for details.� Attacjhment C has been updated. Attachment E has been added. _______________________________________________________________________________________________ The United States General Services Administration (GSA), Public Buildings Service (PBS), for the Northwest/Arctic Region (Region 10) is� soliciting for Design-Build Services for the Federal Transit Administration (FTA) Tenant Buildout project at the Henry M. Jackson Federal Building (JFB), located at 915 Second Avenue, Seattle, Washington �98174-1009. �Said solicitation will be pursuant to the terms and conditions of the seven awarded Region 10 Western Design-Build Construction Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts. Macnak Construction LLC, 12802 Bridgeport Way SW, Lakewood, WA 98499, Contract: 47PL0018D0004;�M. J. Takisaki, Inc., 1312 South Weller Street Seattle, WA 98144, Contract: 47PL0018D0002;�RHD Enterprises, Inc., 819 78th Ave SW, Tumwater, WA 98501, Contract: 47PL0018D0005;�RJS Construction, Inc. 1618 B Rudkin Road, Yakima, WA. 98901, Contract: 47PL0018D0007;�Ronsons P&L JV, 2800 NE Goldie Street, Oak Harbor,� WA 98277-2727, Contract: 47PL0018D0001;�Saybr Contractors, Inc. 3852 S. 66th St. Tacoma, WA 98409, �Contract: 47PL0018D0006; and�Southwest Construction & Property Management, 1213 San Mateo Avenue, San Bruno, CA 94066, Contract: 47PL0018D0008. Subcontracting opportunities may be available through any or all of the above firms.� Description of the Project: �The project will consist of a full design (30%, 60%, 90%, Final, and Issued for Construction estimates, drawings, and specifications), partial asbestos abatement, demolition, construction, and commissioning services. It will also include structural mechanical, electrical, fire safety, �security and building automation alterations and feature to accommodate occupancy by the� Federal Transit Authority�staff. It will incorporate sustainable design principles and innovative technologies. GSA intends for the building to be occupied for the duration of the design and construction project, with a preponderance of the abatement, demolition and construction work being performed after hours. The delivery method chosen for this project is Design-Build, with the GSA utilizing a separate CMa contractor. Coordination with a separate tenant outfitting design services provide with be required for power and data requirements for new furniture to be installed, as well as associated move services. Anticipated Trades: General and finish carpentry, electrical, HVAC, structural reinforcement, plumbing, fire alarm/fire sprinkler, building automation systems, low voltage electrical/ telecommunications/information technology, AHERA trained workers, cabinetry/ casework, flooring,� general labor, sheet rock, painting, tape/texture, glazing, etc. Anticipated Architectural/Engineering and other Disciplines: Highly experienced Architectural, Electrical, Mechanical, Structural, Acoustical, Fire Protection/Life Safety, Environmental (ACM abatement), Project/Construction Management, Superintendence, Quality Control/Quality Assurance, Safety, etc. Anticipated Solicitation and Award: The GSA/PBS Region 10 Project Team anticipates solicitation of the subject project in by 10/02/2020, with potential award by end of 11/30/2020. �This timeframe takes into account MATOC Holder preparation in notifying potential A-E subconsultants and subcontractors, the pre-proposal conference site visits, pre-proposal questions and answers, solicitation amendments, submission and evaluation of proposals, negotiation. The Pre-proposal Conference/Virtual Meeting is scheduled tentatively for 10/15/2020, to go over contractual and technical requirements, with an emphasis on review of the test fit drawings and Statement of Work.� Questions are encouraged via the GSA/PBS survey link that will be provided to the seven IDIQ MATOC holders listed above.� Size Standard: The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million.� The Product Service Code is Z2AA - Repair or Alteration of Office Buildings. The Estimated task order construction value: Pursuant to FAR 36.204: the magnitude of construction is�between $500,000 and $1,000,000. �For Construction only.�The magnitude for the overall project, inclusive of all� costs , is between $500,000.00 and $ 1,300,000.00. Attached� Solicitation Documents available only� MATOC Holders and associated subcontractor/subconsultants .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a00297e1e5f24c5bb870fb447cc431f2/view)
- Place of Performance
- Address: Seattle, WA 98174, USA
- Zip Code: 98174
- Country: USA
- Zip Code: 98174
- Record
- SN05838930-F 20201029/201027230145 (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 |