Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

Z -- Design-Build Services to Implement Improvements for the Sidney Yates Building, Washington, DC

Notice Date
9/11/2012
 
Notice Type
Presolicitation
 
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, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P12MKC0066
 
Point of Contact
Jane Facchina, Phone: 2026800276
 
E-Mail Address
jane.facchina@gsa.gov
(jane.facchina@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) intends to issue a Request for Qualifications (RFQ) for negotiated Design/Build contract for the Sidney Yates Building (DC0501ZZ) located at the corner of 14th and Independence Avenue, SW, Washington, DC. The Forest Service Headquarters is located in government owned space at the Sidney Yates Building, a historic building in downtown Washington, DC. Currently, the Yates Building houses approximately 420 full time employees in 124,231 USF (180,498 RSF) of space. The Forest Service will collocate their workforce from other leased spaces and consolidate their total staff of 762 full time employees (including contractors) into the Yates Building. This contract will include, but not be limited to, completion of design documents and implement improvements for the 5 story building with basement pursuant to the approved (by Forest Service) concept plans and program of requirements. The Contractor will complete a set of architectural, mechanical, electrical, HVAC, and fire protection sprinkler systems modification construction documents for the project. Upon approval of the construction documents, the contactor shall furnish and install all mechanical, electrical, HVAC, and fire protection systems, as required. The contractor shall remove and properly dispose (in accordance with the GSA property disposition requirements) furniture and carpeting, perform indicated demolition and disposal, and perform minor alterations pursuant to the approved construction documents. GSA intends to award a firm-fixed price contract for all design/build services necessary to construct this project. The estimated design and construction cost of this project is in the $9 million to $12 million dollar range. The coordination with the Forest Service's contracted forces and procurements (i.e. IT, Painting, Furniture and Furnishing) is an additional scope of services that may be required as an option to the contract. Procurement Strategy: The selection process will utilize two-phase Design-Build procedures in accordance with FAR 36.3 and source selection procedures in accordance with FAR 15.3. The selection process will include two phases. Phase I, Request for Qualifications (RFQ), shall result in a short list of offerors who will be invited to participate in Phase II, the Request for Proposals (RFP) competition and selection of the Design-build contractor whose offer provides the best value to the Government. In Phase I, the Government shall identify technical evaluation factors, other than cost or price, that are critical to this procurement and that will serve as the basis for the determination of the short list. Interested offerors will be required to submit their Phase I responses by the due date established in the RFQ. The Government will evaluate all responses in accordance with the criteria established in the RFQ. The Government will then notify each offeror in writing of whether or not it will be invited to participate in the RFP based on the Phase I information submitted. In Phase II, the Government will issue the RFP, including the Final Concept Plans and Performance Specifications to the short listed offerors from Phase I. The RFP will serve as the basis for the firm-fixed price offers. When combined, all evaluation factors, other than cost or price, are approximately equal to price. All offers must be submitted by the date established in the RFP. Based on the Phase I and Phase II submissions, the Government will select the offer that reflects the best value to the Government. The Government reserves the right to make an award based upon evaluation of Phase I and Phase II submissions without discussions. All work will be performed in accordance with GSA authorized and approved standards. This negotiated solicitation is open to both small and large business firms. The 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. Consideration is open to established, qualified firms, which currently have active, properly staffed offices within the continental United States (including subcontractors). The Request for Qualification will be issued on or about November 15, 2012 via the Internet at: http://www.fedbizopps.gov. The Final Concept Plans and Performance Specifications for this project will only be provided to those firms who are short listed under the RFQ process per FAR Subpart 36.3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P12MKC0066/listing.html)
 
Place of Performance
Address: 1400 Independence Avenue, SW, Washington, DC, Washington, District of Columbia, United States
 
Record
SN02877385-W 20120913/120912001203-8d773181176b56ce43dea86acf4904d0 (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.