Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOLICITATION NOTICE

Z -- Pre-Solicitation Notice - Ronald Reagan Building Phase 3 and 4 of the United States Agency for International Development (USAID)

Notice Date
8/23/2018
 
Notice Type
Presolicitation
 
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-18-0010
 
Point of Contact
Ms.Tanuja Majety, Phone: 202-617-1343, Bonnie M Echoles, Phone: 202-441-2912
 
E-Mail Address
tanuja.majety@gsa.gov, bonnie.echoles@gsa.gov
(tanuja.majety@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice - Ronald Reagan Building Phase 3 and 4 of the United States Agency for International Development (USAID) Solicitation # EQWPC-18-0010 THIS IS A PRE-SOLICITATION NOTICE - THIS IS NOT A REQUEST FOR PROPOSAL The U.S General Services Administration (GSA) announces the opportunity for a Design-Build Construction Contract for the U.S. Agency for International Development (USAID) located in the Ronald Reagan Building and International Trade Center (RRB), 1300 Pennsylvania Avenue, N.W., Washington, DC. PROJECT SUMMARY: GSA is anticipating procuring for the design and build for Phases 3 and 4 of USAID's RRB office renovation. USAID occupies approximately 530,378 useable square feet covering seven floors above grade, an additional space on the Mezzanine level and three basement levels. Renovation Phases 3 and 4 includes approximately 57,000 gross square feet of office space on their 2nd floor and Mezzanine Level. Interior renovation of the existing space will consist of open office space, to include new partitions, furniture upgrades, lighting, IT/AV/Security, MEP restructuring, signage and office area light fixtures (LEED Compliant). The project will aim for LEED Commercial Interior (CI) version 3 certified Silver. The 2nd floor Phase-3 construction will be performed in two stages during the day. The Mezzanine Level Phase-4 construction will be performed after hours, and will involve coordination between the Government and general contractor. Swing space will be provided by USAID. This renovation scope of work would include, but is not limited to, the following construction trades: Demolition, Metal Fabrications, Architectural Millwork, Doors & Hardware, Storefront, Glazing, Interior Finishes, Drywall Partitions, ACT, Feature ACT, Resilient Tile, Carpet Tile, Visual Displays, Fire Extinguishers with Cabinets and Metal Lockers. Kitchenette Appliances, Solid Surface Countertops, Demountable Partitions with Glazing Safety and Security Glazing Film, Plumbing, Fire Suppression Systems, HVAC, Commissioning, Fire Alarm, Electrical Systems, Lighting, IT/AV Equipment, Electronic Safety and Security. The project involves continuity of operation of existing mechanical, electrical and other building systems during construction. This project will include a preliminary Building Information Modeling model, Design Intent Documents and Design Narratives for these two phases. The eligible firm will be required to provide all management, supervision, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective performance of all operation and mechanical maintenance services. Also, the Design Build team shall provide the services of Registered Licensed Professional Engineers and Architects, experienced in the type of work contemplated, to provide design, calculations, field survey, drawings and specifications covering the work. Disciplines anticipated include electrical engineering, structural engineering, mechanical/plumbing engineering, low voltage, IT/audio visual, security, architecture, environmental, life-safety / fire protection/fire alarm and systems furniture space planning services to fulfill the project's objectives and requirements. The Contractor's Architect-Engineer shall be the project's Architect-Engineer of Record. Cost is $10 million to $15 million. The contract duration is 340 calendar days from the issuance of the Notice to Proceed. SOLICITATION: The design-build approach will be acquired using "best value continuum", FAR 15.101, which includes a tradeoff process. The Request for Proposal (RFP) will be evaluated with the objective of selecting the proposal that offers the best value to the Government. While price is an important consideration, all non-price evaluation factors when combined are significantly more important than price. However, as proposals become more equal in their technical merit (as determined by the evaluation of the non-price evaluation factors), the evaluated price becomes more important and may become the determining factor for award. This source selection procurement requires evaluation of both non-price factors [Technical Approach, Relevant Experience on Past Projects, Key Personnel and Past Performance] and price. Pro Forma Information such as bonding and financial capability will be required to meet the minimum requirements of the solicitation. Firms will be solicited through FedBizOpps in accordance will FAR Parts 5, 15 and 36. This negotiated procurement will be open to both large and small business firms. Any qualified responsible firm, including small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses, or as subcontractors. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. GSA anticipates awarding one firm-fixed price contract as a result of the solicitation. ESTIMATED RFP ISSUANCE: The RFP will be available on or about September 06, 2018. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: www.fbo.gov. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER ON www.fbo.gov TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. A Bid Bond is required at the time the price proposal is submitted; Notice to Proceed will be issued upon the receipt and acceptance of Performance and Payment Bonds. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, GSAhas established national subcontracting goals of 35% for small business, 5% for Small Disadvantaged Business, 5% for Women-Owned Small Business, 3% for HUB Zone Small Business, and 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB) for fiscal year 2018. In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. An acceptable subcontracting plan must be agreed to prior to award. No telephone requests will be accepted. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This approach will be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/EQWPC-18-0010/listing.html)
 
Place of Performance
Address: U.S. Agency for International Development (USAID), 1300 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN05053899-W 20180825/180823231813-0157f98975f8b05a8d9d78bb3c9d941a (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.