Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2007 FBO #1955
SOLICITATION NOTICE

Y -- Design-build Services to Construct a new Federal Building, Anacostia Annex, Washington, DC

Notice Date
4/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS11P07MKC0049
 
Response Due
5/18/2007
 
Description
The General Services Administration announces an opportunity for Design and Construction Excellence in public architecture, engineering, and construction through a design-build delivery method. GSA intends to award one (1) firm-fixed price design-build contract for all design and construction services necessary to construct a new Federal building located on the grounds of the Anacostia Annex (formerly known as the Anacostia Naval Air Station) situated in southeast Washington, D.C. The proposed site covers approximately 3.7 acres at the south end of the Anacostia Annex along its boundary with Bolling Air Force Base. The completed project will meet or exceed all Federal design and construction statutes, standards, and regulations, including but not limited to the energy goals stated in the Energy Policy Act of 2005, the Architectural Barriers Act Accessibility Standards, and Anti-Terrorism/Force Protection measures. The project will be designed in metric units and will be capable of achieving a LEED?-NC Silver rating. The anticipated cost for the project is between $40,000,000 and $50,000,000, and will consist of one building containing approximately 10,572 square meters. The building is intended to serve as a secure, stand alone facility capable of providing a safe environment for efficiently processing a high-volume of sensitive materials for delivery to a confidential end-user Government entity. The facility will be designed and constructed in a manner that will enable the Government to accommodate future advances in processing procedures and techniques. The facility will employ sophisticated systems controls, including an HVAC system that contains highly classified materials. In addition, the facility will require various laboratory-like spaces. While the contractor?s personnel will have to satisfy the requirements of Homeland Security Presidential Directive-12, the Government does not anticipate that any special security clearance (i.e., TOP SECRET) will be required to participate in this procurement. The Government anticipates providing the design-build contractor with enhanced Concept Drawings upon contract award. Preliminary approvals have been secured from National Capital Planning Commission and Commission of Fine Arts for the current design. Additional submissions will be required to secure final approvals. The design-build scope of work includes all architectural, engineering, construction, and other related services necessary to turn the Government?s enhanced Concept Drawings into a competed project. The completed design will conform to GSA Design Excellence requirements. Related services include, but are not limited to, site planning, geotechnical evaluation and monitoring, archaeological monitoring, permitting, testing and inspection during construction, and commissioning. GSA has engaged HDR Architecture, Inc. of Alexandria, Virginia, to assist in preparing project specific design criteria, finalizing the building program, and assisting with portions of the Design-Build solicitation. GSA intends to award a firm-fixed-price design-build contract pursuant to the procedures set forth in Federal Acquisition Regulation Subpart 36.3 and Subpart 15. The procurement will be completed in two phases: Phase 1 will be a Request for Qualifications (RFQ) and Phase 2 will be a Request for Proposals (RFP). During Phase 1, offerors will prepare and submit their qualifications as specified in the RFQ package which will be issued on or about April 16, 2007, on the Internet at http://www.fedbizopps.gov. The evaluation factors for Phase 1 are as follows: 1) Past Performance, 2) Technical Approach, 3) Specialized Experience and Technical Competency, 4) Capability to Perform, 5) Design Excellence. Refer to the Request for Qualifications (RFQ) package for details on the Phase 1 evaluation criteria and information for submittals. By late May 2007, the Government anticipates extending invitations to a maximum of five (5) of the most highly qualified offerors to submit Phase 2 proposals, which will be due around early August 2007. The short listed firms will be issued the Request for Proposal (RFP) package and may undergo a presentation and review process under separate evaluation factors. Details on the evaluation factors and submittals will be outlined in the RFP. The Government anticipates making an award in September 2007. This solicitation is not set-aside for small businesses. However, this procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 52-219-19). Any qualified responsible firm, including small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses, is encouraged to participate as prime contractors, or as members of joint ventures with other small businesses, or as subcontractors. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction), must demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns as subcontractors in the performance of this contract. YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOAD OF THE RFQ AT THIS SITE AND REGISTER ON THE INTERESTED VENDOR LIST (IVL). In accordance with the requirements of the RFQ, Phase 1 proposals shall be submitted approximately May 18, 2007, by 1:00 PM, EST, to the following address: GSA, NCR, ROB, Bid Activity (WPP) - Room 1065, Seventh and D Streets, SW, Washington, DC 20407.
 
Place of Performance
Address: Washington, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01264634-W 20070404/070402224537 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.