Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

Z -- Port Angles Federal Building Fire Alarm Replacement Project - (Solicitation 07-28-2016) - Package #2

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-P_10-16-LT-C-7001_PA
 
Archive Date
9/11/2016
 
Point of Contact
Keith R. Goodsell, Phone: (253)931-7775
 
E-Mail Address
keith.goodsell@gsa.gov
(keith.goodsell@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
(Solicitation 07-28-2016) GSA PBS Order 3490.2 regarding the handling of Sensitive Building Information (Solicitation 07-28-2016) Pre-Proposal Inquiry form (to be used with attachments, all other questions and inquiries are to be submitted via survey) (Solicitation 07-28-2016) Exhibit D (TICS Table for Masterformat 2012 Level III breakdowns) (Solicitation 07-28-2016) Certifications and Representations (Must be completed) (Solicitation 07-28-2016) Exhibit C (Must be completed) (Solicitation 07-28-2016) Exhibit B (Must be completed) (Solicitation 07-28-2016) Exhibit A (must be completed) (Solicitation 07-28-2016) Construction Wage Determination for the project (Solicitation 07-28-2016) The Agreement (another Key document that should be read in its entirety) (Solicitation 07-28-2016) Request for Proposal - Port Angeles Federal Building Fire Alarm System Replacement (Key document: must be read in its entirety as it contains key details, submission requirements, and evaluation criteria). (Solicitation 07-28-2016) PBS CAD Standards (Solicitation 07-28-2016) GSA PBS-100 ver 2016 (Solicitation 07-28-2016) GSA Region 10 PBS Fire Alarm Design, Installation, and Testing Policy (Solicitation 07-28-2016) Design-Building Statement of Work Port Angeles Fire Alarm System Replacement The General Services Administration (GSA), Region 10 is requesting proposals from qualified Offerors for the modernization of the Fire Alarm Systems at the historic Richard B. Anderson in Port Angeles, Clallam County, Washington. The Solicitation is an all-electronic solicitation, including amendments. The Statement of Work and associated documents are available for through this solicitation. Potential Offerors will need to log into their accounts to request secure access required for Sensitive but Unclassified Building documentation and full compliance with GSA PBS Order 3490.2 for all individuals, firms, subcontractors, sub-consultants, and other parties provided access. A Pre-Proposal Conference/Site visit is scheduled for 11:00 a.m. Pacific Time on 08/10/2016. Details can be found in the Solicitation. Pre-registration is required. Please download and read all solicitation documents. Pre-proposal Inquiries and questions are to be submitted via the following survey link http://goo.gl/forms/lXFGOK5NvAz4EfK93 Pictures or attachments referenced in the question must be submitted via e-mail to the Contracting Officer. Ensure to identify the question in the pre-proposal survey that the Pictures or attachments are associated with. NOTE: This solicitation will remain unchanged unless it is specifically amended in writing. All amendments will be posted to the Federal Business Opportunities website. If an amendment is issued, an offeror will be required to acknowledge the amendment in Block 19, on the SF 1442. Therefore, prospective Offerors should make such requests not less than 5:00 p.m. Pacific Standard Time, 08/14/2016 before due date for submissions of proposals or other such time as established by amendment. PROJECT BACKGROUND/DESCRIPTION: The fire alarm system for the Richard B. Anderson Federal Building in Port Angeles is in need of replacement. The existing Fire-lite Miniscan 1000 fire panel that serves the Building has reached the end of its useful life and needs to be replaced, as well as does other fire alarm system components. The new system shall have adequate logistics support (both in materials, spare and repair parts, and maintenance support) with an adequate system life cycle, as well as increased functionality of the system for the Property Management Team (PMT). GSA envisions a Design Build (D/B) Construction Contract for replacement of the existing fire alarm system. Both final design and construction services will be acquired through the one phase D/B solicitation process. The Design Builder will be required to fully develop drawings and specification which comply with National Fire Protection Association (NFPA), building codes, and Historic preservation requirements. PROJECT SCOPE This scope of work shall include limited design, all labor, supervision, equipment, materials and associated items necessary to complete the replacement of the fire alarms system. The successful offeror will be required to fully develop a full design and construction documents to incorporate the replacement fire alarm system. As the building is on the National Historic Register, care must be exercised to comply the National Historic Preservation Acts Section 106. Modifications to the building must be review by the GSA Regional Historic Preservation Office and the State Historic Preservation Office. Deliverables shall include, but are not limited to, new fire alarm system, as-built drawings, operation & maintenance manuals and training, full parts and labor warranty, and spare parts. The Contractor will be required have significant specialty design/build construction fire alarm experience. Due to the criticality of the project, the contractor shall perform at least 60% of the electrical work with its own in-house workforce. Current NICET Level II Fire Alarm certification is required for installers. Current NICET Level IV Fire Alarm certification and/or active Washington State Fire Protection Engineer licensing and registration is required for the designer. Electrical workers will be required to have the appropriate State electrical licensing. Experience in working on construction in nationally registered historic buildings is required. See specific details in the Solicitation. The replacement of the fire alarm system shall be accomplished while facility is fully occupied. The D/B Team will be required to ensure minimal disruption to tenants and their mission, keep current system in operation, and facility and tenants safe and fully protected until such time as the new system is operational and ready to bring on line for facility protection. GSA envisions a highly collaborative D/B delivery approach for this project. The expectation is that the D/B Team will work closely with all the stakeholders to deliver a project that meets the expectations and needs of all stakeholders and GSA's requirements for a fully functional, code compliant fire alarm system. The D/B Team will be selected through a one phase best value D/B source selection process that meets the goals of GSA. PROJECT MAGNITUDE: Between $250,000 and $500,000 COMPETITION: Full and Open. This procurement is open to all qualified business firms. Any qualified responsible firm, including large business, small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement as noted in the Solicitation PROJECT DURATION: Administration processing may take 30 days that may overlap with design which may take between 45 and 90 days due to SHPO design reviews. The projected construction schedule is 120 days from Notice To Proceed, with an additional 45 to 60 days allowed for successful completion and acceptance testing by the Authority Having Jurisdiction, as well as an additional 2 years for the warranty, with retesting at the 23rd month of the warranty. Maintenance/Warranty periods: The contractor will be required to provide a 2-year construction warranty, as well as standard manufacturer's warranties for the system and spare parts from project substantial completion and acceptance. The inclusion of an extended warranty is under review, with no specific term being identified as of yet. It has not been fully determined as to whether or not maintenance will be included concurrently with the warranties. The final solicitation documents will identify if an extended warranty and concurrent maintenance is required or not. PROCUREMENT STRATGY: The Design Build contractor will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Part 36, Source Selection Procedures, FAR subpart 15.3 following issuance of a formal Request for Proposals (RFP) on www.fbo.gov. For this contract award process, GSA will issue one Solicitation. The Government will identify the evaluation factors developed in accordance with FAR 15.304 that will serve as the basis for the determination of the Offer which provides the best value to the Government. Interested Offerors are required to submit their responses (including both technical and price proposals) to the RFP by the due date established in the RFP. The Government will evaluate all responses to the RFP in accordance with the criteria in the RFP. The Government will reserve the right to make an award upon the basis of the initial offers without discussions. CONTRACT AWARD: GSA PBS R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of the forthcoming solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-P_10-16-LT-C-7001_PA/listing.html)
 
Place of Performance
Address: 138 West 1rst Street, Port Angeles, Washington, 98362, United States
Zip Code: 98362
 
Record
SN04200129-W 20160730/160728235132-d3a7ef19e3adf4a334990014703964c5 (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.