SOURCES SOUGHT
Y -- St E DOC A 2B TENANT FIT-OUT
- Notice Date
- 1/8/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- EQWPC-18-St_E_DOC_A_2B_TENANT_FIT-OUT
- Archive Date
- 9/30/2018
- Point of Contact
- Gabrielle Gipson, Phone: 2024019653, AnnabelleBarnettContee, Phone: 2025617848
- E-Mail Address
-
gabrielle.gipson@gsa.gov, Annabelle.Contee@gsa.gov
(gabrielle.gipson@gsa.gov, Annabelle.Contee@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research (SMALL BUSINESS CONCERNS ONLY) THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is NOT a request for proposals or qualifications. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a request for information/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 U.S. General Services Administration (GSA) is anticipating procuring Tenant Fit-out Services for the U.S. Department of Homeland Security Headquarters (DHS) Operations Center (DOC) located at the St Elizabeths West Campus, SE, Wash., DC. In July of 2009 GSA retained the team of Goody Clancy | HDR, LLC to provide programming and architecture/engineering (A/E) services for the design of the DOC. The original consolidation effort included the collocation of operations centers, decision support areas, and collaborative/support areas into a single facility at this location. The DOC was subsequently divided into two phases, DOC Block A and DOC Block B with DOC Block A being entirely below-grade and DOC B having both below-grade and above-grade structures as described in the May 1, 2011 "US Department of Homeland Security (DHS) Consolidated National Operations Center 100% Construction Documents Narrative, Volume 4". DOC Block A was built and is a primarily an underground facility consisting of three below grade levels. However, DOC Block A tenant improvements and campus support infrastructure are incomplete and only areas supporting the St. Elizabeths campus Phase I development are complete in the DOC Block A. Therefore, DOC Block A will need to accommodate more of the highest priority operation centers within the unbuilt-out portions. In order to relocate the DHS Secretary (S1) to St. Elizabeths as planned, the National Operations Center Watch and Intelligence Watch and Warnings, their respective operational support elements, and the balance of the OPS Component (not included in the Center Building) all need to be constructed in DOC Block A now that DOC Block B will no longer be built. Phase 2B officially kicked off in March 2016 with the initial intent to provide the tenant fit-out of 4 user groups in the remainder of the DOC A space. The DOC A Phase 2B project in this 100% submission consists of several major elements: -Tenant fit out for Office of Health Affairs Decision Support Center on Lower Level 3. -Tenant fit out for Domestic Nuclear Detection Office Joint Analysis Center, DHS- Secret Service and DHS-Immigration and Customs Enforcement Joint Intelligence Operations Center on the Lower Level 2. -Installation of raised floor in tenant spaces on Lower Levels 2 and 3. -Fit-out of new Break Room on Lower Level 2 -Construction of a new communications closet on Lower Level 2.-Construction of new Pressurized Vestibule on Lower Level 1 at the access point to the tunnel to the West Addition. -Reconfiguration of the cooling system of existing communications closet on Lower Level 2. This procurement is being conducted using the two phase selection process found in FAR 36.3. Qualification proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase 2. One contract will be awarded using competitive negotiation. In Phase 1, GSA will select a short list of the most highly qualified offerors and request that those offerors submit Phase 2 proposals. All responsible sources may submit a Phase 1 proposal. A maximum of 5 firms will be selected to submit Phase 2 proposals. Only those selected offerors are authorized to submit Phase 2 proposals. Those offerors not selected for participation in Phase 2 will be notified in accordance with FAR 15.503(a). In Phase 2, Offerors may submit a price proposal subject to the Project Labor Agreement (PLA) requirements set forth in the Phase 2 solicitation (a PLA proposal), a price proposal not subject to the PLA requirements set forth in the Phase 2 solicitation, or both. Any price proposal submitted in Phase 2 shall clearly identify whether it is subject to such PLA requirements. The effort would have a performance period of approximately one (1) year and a project cost range between $4.0 and $8.0 Million. North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction and the Size Standard is $36.5 million. If you are an interested small business concern, please provide a Written Letter of Interest, company brochure or literature (if available), and a response to the following questions. (All information submitted is subject to verification. Additional information may be requested to substantiate responses.) 1. Is your firm a Small Business? (If yes, include all applicable socio-economic indicators, i.e. SDVOSB, VOSB, HUBZONE, WOSB, SDB, 8(a)) 2. Is your firm capable of providing a service as would be required under this potential project? If yes, please provide at least two (2) projects performed, each of which is comparable in nature, type, and complexity to this proposed project, and which has been completed within the past ten (10) years. The Written Letter of Interest must contain the following elements, at a minimum: 1. Name and address of company (inclusive of phone and fax numbers); 2. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information; 3. Tax Identification Number, Duns Number; and 4. North American Industry Classification System (NAICS) code(s) under which company operates. The Government will review each response and will use the information it receives in response to this source sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality and delivery. A determination not to compete a 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. Please note: All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. Email response is preferred. Email Subject Line must read as follows: "Response to Source Sought Notice: EQWPC-17- St E DOC A 2B TENANT FIT-OUT, St Elizabeths West Campus, SE, Wash., DC." Requests for Information regarding this notice will not be entertained. Expressions of interest must be submitted to the attention of Ms. Gabrielle Gipson, Contract Specialist, gabrielle.gipson@gsa.gov, by 12:00 PM EST on January 23, 2018. Expressions of interests received after this date and time will not be reviewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/EQWPC-18-St_E_DOC_A_2B_TENANT_FIT-OUT/listing.html)
- Place of Performance
- Address: 2701 Martin Luther King Jr. Ave., SE, Washington, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN04783553-W 20180110/180108231118-d82f16b535d25d677f4d36f94ca67435 (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 |