Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOURCES SOUGHT

C -- Architect-Engineer Services for the Frank Hagel Federal Building in Richmond, California - Sources Sought Synopsis for Small Businesses

Notice Date
11/23/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-11-KT-C-0009
 
Point of Contact
Roger K. Wiesnoski, Phone: 702-388-6177, Wesley J. Lau, Phone: 4155223015
 
E-Mail Address
roger.wiesnoski@gsa.gov, Wesley.Lau@gsa.gov
(roger.wiesnoski@gsa.gov, Wesley.Lau@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Qualifications. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. The General Services Administration (GSA) Design Excellence Program seeks to commission architects and engineers to maintain and modernize our legacy federal buildings for the next 50 - 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian Federal employees. In this context, GSA is in the process of determining the availability, adequacy, and capabilities of potential small business sources prior to issuing a Request for Qualification for performance of Architectual-Engineering Design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet Federal energy targets and security requirements. If no responses are received from potentially responsible sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. The GSA is in need of a Lead Design firm on a federal prospectus level project for the repair and alteration of the Frank Hagel Federal Building (FHFB) in Richmond, California. The GSA desires the lead designer to possess extensive capabilities and significant experience in both renovation design as well as structural/seismic upgrades in an occupied building. All work shall be in accordance with GSA quality standards and requirements including federally established energy and sustainability goals, accessibility requirements and security specifications. The major tenant of the FHFB is the U.S. Social Security Administration (SSA). In 2006, SSA requested GSA to initiate a complete realignment and modernization project at its regional office, the FHFB. SSA views the building realignment as critical to the mission of the agency. The purpose of the realignment is to remedy the current operational inefficiencies due to poor space allocation and utilization throughout the building. GSA has since completed a feasibility study and worked with SSA to develop a project that meets their space needs and modernizes a long-term asset in our regional portfolio. The project encompasses approximately 619,000 square feet on a site fully developed within a six (6) level office structure with both underground and surface parking. The design services shall be to provide structural and infrastructure revisions for the entire building, but the construction implementation is limited primarily to the basement and first level. The estimated cost of construction for all three phases of this project is between $200,000,000 and $230,000,000. The anticipated award of this Architect-Engineer contract is April 2011. The duration of the contract is scheduled for 36 months. A/E firms interested in this effort must be able to demonstrate experience with similar projects as defined in Similar Projects below: To qualify as a ("Similar Project"), the project must meet all three elements of size, type, and complexity as further defined here. To be considered similar in size projects must exceed $100,000,000 in construction costs and be completed in the last ten (10) years, or be 75% constructed as of November 1, 2010. To be considered similar in type project(s) must include both of the following elements: Renovation of an existing building and Renovation of an occupied building. To be considered similar in complexity projects shall include, but are not limited to, Office Buildings, Public Buildings or Institutional Use Buildings. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under Product Service Code (PSC) C211, North American Industrial Classification System (NAICS) code 541310 for Architectural services. The small business size standard for NAICS code 541310 is $4,500,000.00 in average annual receipts over the past three years. If you are an interested small business A/E firm, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1) Please provide proof (i.e. DUNS number, Central Contractor's Registration printout, certification letter from the Small Business Administration, etc.) that your firm is a Small Business in accordance with NAICS code 541310 (average annual receipts less than $4,500,000.00 for the past three years). 2) Is your firm an 8(a), Small Disadvantaged Business, Women-owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business? (For additional information on small business concerns visit www.sba.gov) 3) Has your firm previously provided lead design services for a similar project? If yes, please provide two references. 4) Has your firm previously provided both the design and construction phase services for a similar project which utilized the Construction Manager as constructor (CMc) project delivery method? If yes, please provide two references. Each response shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. In any joint venture or teaming arrangement, all parties must qualify as a Small Business in accordance with NAICS code 541310 in order to be reviewed under this Sources Sought notice. Interested Architectural and Engineering firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Roger Wiesnoski, Contracting Officer, via email roger.wiesnoski@gsa.gov, or regular mail to GSA, Attn: Roger Wiesnoski, 450 Golden Gate Avenue, West, San Francisco, CA 94102. For additional information regarding this potential opportunity, please contact the Point of Contact listed in this notice. The DUE DATE for responses is December 8, 2010 by 3:00PM Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-11-KT-C-0009/listing.html)
 
Place of Performance
Address: Frank Hagel Federal Building, 1221 Nevin St., Richmond, California, 94801, United States
Zip Code: 94801
 
Record
SN02332709-W 20101125/101123234333-b64d75e7ed8bf560fa4abca137c8122a (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.