Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

Z -- Design-Build (DB) Contract for the Infrastructure Upgrades at the F. Edward Hebert Federal Building

Notice Date
8/1/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management Program Support Branch (47PH08), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
47PH0819C-Hebert
 
Archive Date
11/15/2018
 
Point of Contact
Marsha Howard, Phone: 817-978-0123
 
E-Mail Address
marsha.howard@gsa.gov
(marsha.howard@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice for Design-Build (DB) Contract for the Infrastructure Upgrades at the F. Edward Hebert Federal Building in New Orleans, LA. Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration, Public Buildings Service (GSA) seeks to commission our nation's most talented architects, landscape architects, interior designers, engineers and construction professionals to design and construct federal facilities of outstanding quality and value. These projects demonstrate the value of true integrated design that balances aesthetics, functionality, cost, constructability, durability, sustainability and reliability for superior workplaces. In this context, GSA announces an opportunity for design and construction excellence in public architecture for performance of architectural, engineering, design and construction services in accordance with GSA quality standards and requirements. The GSA intends to award a design-build (DB) contract for the infrastructure upgrades for the F. Edward Hebert Federal Building, located at 600 S. Maestri Place in New Orleans, LA, pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures (FAR Subpart 36.3). The project will include replacing aging building systems and significant interior improvements needed for building safety and efficiency. Historic elements, such as the original main lobby doors and elevator lobbies on all floors, will be refurbished. The building's exterior envelope is in very good condition and needs only minor repair to replace sealant and correct damage from corrosion. Exterior construction is required to improve accessibility to the building. The estimated DB cost range is between $50,000,000.00 and $60,000,000.00. This project will utilize the DB delivery method, with the DB contract procured by competitive negotiation using a two-phase, design-build selection procedure (FAR 36.2). A single DB contract will be issued for a design concept submission, design-development-phase and construction-documents-phase services, as well as all construction work, including tenant improvements and all required specialty construction work. For this contract award process, GSA will issue two solicitations -- Phase I and Phase II. The purpose of Phase I (the request for qualifications) is to select the most highly qualified offerors from Phase I to participate in Phase II (the request for proposals). Once Phase I is complete, the GSA contracting officer will invite the short-listed offerors to submit Phase II proposals. Potential offerors are hereby placed on notice that GSA will publicly announce the names of the Phase I, short list on the FedBizOps web site. A maximum of three, most highly rated offerors will be selected to proceed to Phase II. Phase II of the solicitation is prepared in accordance with FAR Part 15 and includes the Phase II evaluation factors, developed in accordance with FAR 15.304. Phase II solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with FAR Part 15. In consideration for the preparation of a Phase II technical proposal, GSA will pay a stipend of $20,000 to each of the Phase II offerors not selected for award of the resulting contract. Offerors that submit incomplete or unacceptable Phase II proposals will not be eligible for a stipend. At the conclusion of Phase II, GSA intends to award a contract to a single offeror for all design and all construction services. This procurement is a full-and-open procurement that will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR Part 19.7, as part of its proposal. The Request for Qualifications (RFQs) will be issued electronically on or about August 15, 2018, at http://www.fedbizopps.gov. A pre-proposal meeting is tentatively scheduled on or about August 23, 2018, in New Orleans, LA. After the RFQ has been issued, prospective attendees are encouraged to register their company with the GSA contracting officer via e-mail at marsha.howard@gsa.gov. The registration (information) submitted to the Contracting Officer should include the firm's name, address and phone number as well as those who will be attending the meeting. Call in reservations will not be accepted. This meeting is intended to review the scope of the project and the submittal requirements. The North American Industry Classification System (NAICS) Code is 236220. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/47PH0819C-Hebert/listing.html)
 
Place of Performance
Address: 600 S. Maestri Place, New Orleans, Louisiana, 70130, United States
Zip Code: 70130
 
Record
SN05016829-W 20180803/180801231859-aed8ad24a892f6bc1ef6a5e33c87ea80 (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.