SOLICITATION NOTICE
Z -- Clarksburg Courthouse Modernization Phase 1 Construction
- Notice Date
- 3/23/2023 7:53:23 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- ClarksburgCourthousePhase1Construction
- Response Due
- 2/21/2022 11:00:00 AM
- Archive Date
- 05/01/2023
- Point of Contact
- Ching Hung, Phone: 202-213-4585, Raymond J. Porter, Phone: 2157563439
- E-Mail Address
-
ching.hung@gsa.gov, raymondj.porter@gsa.gov
(ching.hung@gsa.gov, raymondj.porter@gsa.gov)
- Description
- PRE-SOLICITATION NOTICE for the�Clarksburg Courthouse Modernization - Phase 1 Construction Project� Project Location:� 500 W. Pike St, Clarksburg WV, 26301 The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a General Contractor for the Clarksburg Courthouse Modernization Project. The solicitation will be issued on a full and open competitive basis with no small business set-aside(s). Large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. All responsible sources are highly encouraged to participate. Project Background:� The Clarksburg Building is located at 500 West Pike Street, Clarksburg, WV 26301. The building was constructed in 1932 and it was built to house a post office and mail sorting facility on the first floor, and to serve as a district courthouse on the upper two floors. The first floor Annex addition was constructed in 1972 increasing the building to a total of 76,455 square feet. The building is located in the Clarksburg Historic District and is listed on the National Register of Historic Places. The National Historic Preservation Act (NHPA) mandates that modifications that impact the building architectural character are to comply with the NHPA�s provisions. The work of this project includes the modernization of the existing facility to construct a new�courtroom, judge�s elevator, and supporting clerk�s office spaces. The renovations shall include�space modifications within the existing USMS area to include relocating the prisoner processing area and new isolation cell to accommodate the new court space. The work includes the demolition of existing areas, hazardous material abatement, and fire�protection work. Modifications to the existing structure are required to relocate building columns,�strengthen for seismic and blast requirements and to support the overall renovations.�A new mechanical penthouse is to be provided to support the new equipment to serve both the�courts and USMS spaces. The project includes upgrades to the mechanical and electrical systems�serving the entire building.�The project will be phased as the building shall remain occupied during construction. NAICS Code:�The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million.� Disclosure of Magnitude of Construction Project:�The estimated total construction cost for the project is more than $10,000,000.� � Competitive Procedures: This procurement will be competed utilizing full and open competition. Competitive proposals will be requested in accordance with FAR 15 �Contracting by Negotiations.� Selection Procedures:�The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose proposal conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be substantially more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: Factor 1 -Prior Experience on Relevant Projects� Factor 2 -Past Performance on Relevant Projects� Factor 3- Management Plan� Factor 4- Subcontracting Plan� GSA requires a bid guarantee in accordance with FAR 52.228-1 with each offeror�s proposal. GSA requires Performance and Payment Bonds prior to the issuance of the Notice to Proceed. Architect-Engineer of Record:� Summer Consultants, Inc. 7900 Westpark Dr., Suite A405 McLean, VA 22102 Project Architect:� MTFA Architecture Inc. 3200 Lee Highway Arlington, VA 22207 Pre-Proposal Conference & Site Visit/Investigation for Contractors:�GSA will schedule a pre-proposal conference either in person or via conference call.� Plans for Site visits will be announced at the time and/or in the RFP or an amendment to the RFP.� Prior notification of attendance to this conference is mandatory.� You will be asked to provide your company�s name and all potential attendees' full names.� Interested Parties/How to Offer:�The Solicitation will only be available electronically. �It will be made available on or around February 21, 2023. �The solicitation can only be obtained by accessing beta.sam.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the.sam.gov website to have access to solicitation material. For additional registration information, visit the sam.gov website. To ensure that you receive all information regarding this solicitation, please register to receive updates at sam.gov, and follow the procedures for notification registration. Requests for Information: Interested contractors are encouraged to submit any requests for information directly to the Government point of contacts shown in this SAM notice. Please be aware that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project requirements, solicitation, and contract documents. � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83d2a56b57cf47a1a93725cbf873e95b/view)
- Place of Performance
- Address: Clarksburg, WV, USA
- Country: USA
- Country: USA
- Record
- SN06628332-F 20230325/230323230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |