Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOLICITATION NOTICE

Z -- 7th & D Regional Office Building Modernization

Notice Date
3/8/2024 10:43:07 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1 WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PM0424R0017
 
Response Due
4/1/2024 1:00:00 PM
 
Archive Date
07/01/2024
 
Point of Contact
Cindy Dwier, Robert Jackson
 
E-Mail Address
cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov
(cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov)
 
Description
This is a solicitation notice for acquisition using FAR parts 15 and 36. This acquisition will be solicited on an unrestricted basis, and will be Full and Open Competition. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. GSA has an opportunity for Design and Construction Excellence in public architecture for performance of Architectural Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, all facilities shall meet Federal energy goals, security requirements, and achieve at least a LEED Gold certification. The applicable NAICS code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $45 Million. Offerors will be required to submit a proposal subject to Project Labor Agreement (PLA) requirements. A PLA is defined as a pre?hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as defined in Subpart 22.5 of the Federal Acquisition Regulation. Pursuant to the FAR, agencies are required to use PLAs in large-scale construction projects unless an exception applies. All PLAs must include: Provisions that bind all contractors and subcontractors on the construction project to the agreement; Allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; Contain language that guarantees against strikes, lockouts, and similar job disruptions; Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement (i.e. grievance/arbitration procedures), Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; Specify the wages and fringe benefits of all classification or crafts working on the project; and Fully conform to all statutes, regulations, Executive Orders, and Presidential Memoranda. One or more labor organizations involved in the construction work. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. BRIEF DESCRIPTION OF THE SCOPE OF WORK: The government seeks to renovate the former Regional Office Building (ROB) at 7th and D Streets SW (7DSW) in Washington DC to accommodate new tenants. The resulting contract will be a firm fixed price and will utilize the design-build project delivery method. The total project limits of work comprise approximately 935,000 building gross square feet and 60,000 square feet of surrounding site and site work. This area includes seven occupied floors above-grade, two penthouse levels, and two sub-grade levels. All major building systems are intended to be upgraded or replaced entirely in order to meet the requirements of the 2021 edition of the GSA P100 with its 2022 Addendum. The project will seek to provide energy savings and be certified to a GOLD Level under LEED BD+C v. 4.1. The interior layout will employ the most current workplace strategies, targeting 80% open office and 20% closed office. The source shall be capable of providing hazardous materials abatement and design-build services to include without being limited to significant upgrades to and/or replacement of civil, blast, structural, interiors, envelope, vertical transportation, lighting, electrical, plumbing, HVAC, fire / life safety, audio/visual, physical security, and information technology systems. The building�s design shall support federal utility use reduction goals while also meeting the requirements of local authorities, which will include The Commission of Fine Arts, National Capital Planning Commission,, Washington Metropolitan Area Transit Authority , and others. While the building itself is not listed nor intended to be listed on the National Register of Historic Places, the DC State Historic Preservation Officer is also likely to be included in consultation, given the significance of fine arts murals in the building�s East Lobby. This will be a two-phase solicitation. Phase I will consist of offerors submitting their qualifications that will consist of following factors: Phase 1: Request for Qualifications Factor 1 Past Technical Experience Factor 2 Past Performance Factor 3 Lead Design Team Phase II will be issued on or about May 1, 2024. Phase II will include the RFQ. Up to four offerors can be selected to move to Phase II of the solicitation. Phase I evaluation factors in addition to the Phase II Evaluation Factors listed below. Factor 4 Technical Approach Factor 5 Oral Presentations Factor 6 Key Personnel Factor 7 Small Business Utilization Plan Factor 8 Price Proposal w/ Bid Guarantee The estimated total construction cost range is $400 - $510 million and the total project period of performance is approximately 48 months from issuance of the Notice to Proceed. Phase 1 Qualifications�are due on April 1 st , 2024 at 4PM EST
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e66168ce60544c3ca36945af30036b58/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06990852-F 20240310/240308230107 (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.