Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2016 FBO #5215
SOURCES SOUGHT

Z -- 911 Federal Building Elevator Design Build Modernization

Notice Date
3/2/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-16-LT-R-9000
 
Point of Contact
Kimberly M Johnson, Phone: 2539317337, Richard Risso, Phone: 2539317309
 
E-Mail Address
kimberlym.johnson@gsa.gov, richard.risso@gsa.gov
(kimberlym.johnson@gsa.gov, richard.risso@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Qualifications & Sources Sought Solicitation: GS-10P-16-LT-R-9000 911 Federal Building Elevator Design Build Modernization The purpose of this Request for Qualifications & Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 - Addition, Alteration & Renovation General Contractors. The small business size standard for NAICS code 236220 is $36.5M in average annual receipts over the past three (3) years. FY2016 Project Summary The General Services Administration (GSA) proposes a repair and alteration project to upgrade the complete building conveyance systems at the 911 Federal Building located at 911 NE 11th Avenue in Portland, OR. Alterations will focus on completely upgrading the obsolete elevators 1-4 and the freight elevator. Building The 911 Federal Building was constructed in 1953 by the Lloyd Corporation and leased by GSA until it was purchased in 1959. Originally known as the Department of Interior Building, it housed Bonneville Power Administration (BPA) until 1987 when the BPA Building was completed on the adjacent site. This modernist building in the international style provides eight floors of office space, an auditorium, childcare facilities, conference rooms, and a basement with one level of underground parking. It also includes a small penthouse level and a sub-basement for mechanical equipment. Spanning two city blocks, the building's north and south sides are sheath in glass and aluminum panels while the east and west sides are comprised of white marble. This design provides continuous natural daylight throughout the open office space. This building is adjacent to and shares common areas with the Bonneville Power Administration (BPA) Building and together they are known as the Eastside Federal Complex. Tenant Agencies: Bureau of Indian Affairs Bureau of Reclamation Department of Energy House of Representatives Senate Occupational Safety and Health US Coast Guard US Fish and Wildlife PBS Proposed Project The proposed project will upgrade the elevator system and four existing traction passenger elevators as well as the existing freight elevator by providing a code compliant system that will improve safety, reliability, and serviceability. The four existing traction passenger elevators will be converted to a destination dispatch control system with regenerative drives. Justification The elevator system is more than 25 years old and near the end of useful life. The elevator system and traction passenger elevators breakdowns are increasing and parts are becoming more difficult and costly to procure. Summary of Energy Compliance This project will be designed to conform to requirements of the Facilities Standards for the Public Buildings Service and will implement strategies to meet the Guiding Principles for High Performance and Sustainable Buildings. GSA encourages design opportunities to increase energy and water efficiency above the minimum performance criteria. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the 911 Federal Building Elevator Design Build Modernization pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). GSA envisions a highly collaborative design build delivery approach for this project where the DB contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient elevator modernization project. As required by law, the facility must meet federal energy goals. The project is also to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The DB team will be selected through a best value / tradeoff selection process. During the development period from initial concept to final design the DB team will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. GSA will be contracting separately for Construction Management Assistant (CMa) services. The CMa will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting. The CMa will also perform Elevator Inspection services. All installed elevator systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks The need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operations during the entire project. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction This project scope at the 911 Federal Building Elevator Design Build Modernization must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. All work in public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout ( www.sam.gov ). e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include both the design & construction team. 4) Capabilities and experience with federal projects in design and construction of elevator modernizations in the $2M - $3M range. Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past five (5) years. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $2M-$3M range. 7) Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Responses should be emailed not later than the date specified in this request for qualifications notice as follows: richard.risso@gsa.gov and kimberlym.johnson@gsa.gov. Each response will be reviewed by the GSA Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this announcement via email not later than 1:00 p.m. Pacific Time, 21 March 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-16-LT-R-9000/listing.html)
 
Place of Performance
Address: 911 Federal Building, 911 NE 11th Ave, Portland, Oregon, 97232, United States
Zip Code: 97232
 
Record
SN04037239-W 20160304/160302235222-cf3a8351af0b9c6cf2f10892bf7842fa (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.