Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

R -- PH3 Construction Management Support Services, St Elizabeths West Campus, SE WASH DC

Notice Date
11/27/2023 1:48:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PM0024R0001
 
Response Due
1/5/2024 12:00:00 PM
 
Archive Date
04/30/2024
 
Point of Contact
Bonnie E Echoles, Phone: 2024412912
 
E-Mail Address
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
 
Description
NOTICE OF SITE VISIT/PRE-PROPOSAL CONFERENCE On-site Pre-Proposal Conference/Site Visit for (IRA) RFP 47PM0024R0001, PHASE 3 CONSTRUCTION MANAGEMENT SUPPORT SERVICES, St Elizabeths West Campus, SE Wash DC, will be held, as follows: Date: Monday, December 4, 2023� Time: 10:00 AM Eastern Time �� (Please arrive early for check-in as a large crowd is anticipated.) Companies will be limited to three representatives. During this site visit the SOW will be discussed. All questions will need to be in writing and submitted to the Contracting Officer (bonnie.echoles@gsa.gov) within 4 calendar days (12:00 pm Eastern Time) after the SITE VISIT. Responses will be in the form of an amendment to the RFQ. The address for this meeting will be the St Elizabeths West Campus, 2701 MLK Jr Ave located in SE, Washington, DC. (Stone Wall side of MLK) Enter GATE 2. All disciplines necessary for the complete generation of the Proposal package should be present. For site access, you will be required to complete and submit the attached Blank CHQ SAFE Visitor Processing Information Form directly to the designated Project Manager:� LaJuan Y.C. Stevens, FAC-COR I Cell: 202-420-0598 Email: lajuan.stevens@gsa.gov This form must be submitted by 12:00 PM (LOCAL) NOVEMBER 30, 2023. DO NOT SUBMIT THIS FORM DIRECTLY TO DHS. Personnel not included on the list of attendees for access will not be admitted to the site visit. ------------------------------------------------------------------------- The General Services Administration (GSA) hereby issues a Request for Proposal (RFP) in a negotiated procurement for a CONSTRUCTION MANAGEMENT contract for the Phase 3 Construction Contracts for the Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths West Campus site in Anacostia, DC. The scope will include construction management and commissioning services for the third phase of construction and renovation, which includes: the Cybersecurity and Infrastructure Security Agency (CISA) Headquarters Building, U.S. Immigration and Customs Enforcement (ICE) Headquarters Building, DHS - Office of Intelligence and Analysis (I&N) Building, remaining Adaptive Reuse Buildings, parking structures and infrastructure/site civil work. The St Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. . The site, located one mile east of DC on Martin Luther King Boulevard, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases were planned in total, with a phasing summary as follows: Phase 1 - new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf); Adaptive reuse of historic buildings for DHS at 179,250 gsf; Phase 2 - The Center Building for DHS, Central Utility Plant and DHS Operations Center, a mix of new construction and adaptive reuse projects; and Phase 3 - �Cybersecurity and Infrastructure Security Agency (CISA) Headquarters Building, U.S. Immigration and Customs Enforcement (ICE) Headquarters Building, DHS - Office of Intelligence and Analysis (I&N) Building, a mix of new construction and adaptive reuse projects.� . The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction management and commissioning services in accordance with the terms and conditions of the contract.� , The estimated construction management cost range is between $10 - $20 million. The Construction Management Performance Period shall be Base and four additional Option Periods. The contract will be Firm Fixed Price. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The goal being to select the proposal that offers the best value to the Government in terms of performance, quality, and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: . 1. PAST EXPERIENCE.� 2. PAST PERFORMANCE.� 3. EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL.� 4. MANAGEMENT APPROACH AND CAPABILITIES.� 5. SMALL DISADVANTAGED BUSINESS PARTICIPATION PLAN.� . The professional firm (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507 as part of its proposal. . The General Services Administration will only make this RFP available electronically at www.sam.gov. This site provides instructions for downloading the RFP. In accordance with the requirements of the RFP, all proposals shall be submitted at least 30 calendar days from posting of RFP, as determined by RFP documents. Address for receipt of Proposals shall be stated in the RFP. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned www.sam.gov posting. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $49.0 million. . Consideration is open to established, qualified (large and small) firms licensed to perform professional services (FAR 22.1102), which currently have active, properly staffed offices within the continental United Sates (including subcontractors). All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. All responsible sources may submit a proposal package, which will be considered by the agency. . Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. . The solicitation and associated information will be available from the www.sam.gov site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening.� . Offerors will not be reimbursed for proposal submittal expenses. . INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. . DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/872ffc63ab6d4ab7aaae14e1f0b2dc8a/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN06894375-F 20231129/231127230042 (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.