SOURCES SOUGHT
Z -- Ronald Reagan Building DHS Interior Renovation
- Notice Date
- 11/13/2024 11:40:14 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 4 WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47PM0425N0001
- Response Due
- 11/27/2024 8:00:00 AM
- Archive Date
- 12/12/2024
- Point of Contact
- Cindy L. Dwier, Robert Jackson
- E-Mail Address
-
cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov
(cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 15. This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought. Small businesses are encouraged to participate in this survey. The Government may base decisions about a future procurement on the responses to this survey. The General Service Administration National Capitol Region (GSA NCR) seeks to determine the availability and adequacy of potential sources to support. acquisition of the requirements stipulated below. Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the FAR Part 15 The applicable NAICS code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $45 Million. The proposed requirement requires use of Project Labor Agreements (PLAs) for large-scale construction projects (exceeding $35 million of construction work) within the Washington, DC area. A PLA is defined as a pre?hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as defined in Subpart 22.5 of the Federal Acquisition Regulation. Pursuant to the FAR, agencies are required to use PLAs in large-scale construction projects unless an exception applies. All PLAs must include: � Provisions that bind all contractors and subcontractors on the construction project to the agreement; � Allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; � Contain language that guarantees against strikes, lockouts, and similar job disruptions; � Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement (i.e. grievance/arbitration procedures), � Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; � Specify the wages and fringe benefits of all classification or crafts working on the project; and � Fully conform to all statutes, regulations, Executive Orders, and Presidential Memoranda. � One or more labor organizations involved in the construction work. BRIEF DESCRIPTION OF THE SCOPE OF WORK: This will be a Design-Build Firm Fixed Price Contract for renovation of the Ronald Reagan Building (RRB) at 1300 Pennsylvania Ave., NW in Washington DC. The RRB comprises 2.4M square feet (SF), with approximately 1.3M SF of usable office space. The building is occupied by five (5) major tenants, one of which is U.S. Customs and Border Protection (CBP). Within this building, CBP occupies part or all of thirteen (13) floors with approximately 453,000 usable square feet (USF) of space. The US Customs and Border Patrol is one of the Department of Homeland Security�s largest and most complex components and one of the primary locations for CBP in Washington, DC is the Ronald Reagan Building which was originally constructed in 1997. CBP was one of the original tenant Agencies. The space in the Reagan Building was occupied in 1998 and is now 19 years old. The carpet and furnishings are fast approaching the end of their usable life. Coupled with the constant demand for workstation expansion in order to meet the growing number of personnel, the current budgetary climate, telework, and other new ways of working CBP is re-evaluating how they utilize existing space for maximum operational benefit. The scope of the project is for a complete demolition and replacement of the exiting tenant interiors. The new tenant fit out will both accommodate the consolidation of the tenant and efficiently reconfigure the interior space. Swing space will be utilized to allow the phased space of the project under construction to be vacated and empty of all furniture prior to the start of demolition. Providing the swing space will be the sole responsibility of the government. The Government is also responsible for all moving. This affects twelve (12) floors of the building. Work includes interior demolition, construction of new partitions, ceilings, finishes, HVAC, electrical / lighting, IT and audio-visual infrastructure, physical and electronic security, plumbing, and fire protection / life safety systems. Of special note, the majority of the office space existing floors in the Ronald Reagan Building are ""raised"" floors. These floors will continue to be maintained as raised floors. This project will be broken into multiple phases, and not all of the 453,000 SF will be under construction at the same time. The phases are being planned to maintain mission-essential functions and to keep senior CBP leadership in the building. The Ronald Reagan Building, outside of the phased space under construction, will remain occupied and operational throughout the project. All construction work is to be performed at night to minimize tenant disruption, although some CBP operating units in the building maintain a 24 hour / 7 day per week basis of operations and must remain operational. The Ronald Reagan Building, outside of the phased space under construction, will remain occupied and operational throughout the project. All construction work is to be performed at night to minimize tenant disruption, although some CBP operating units in the building maintain a 24 hour / 7 day per week basis of operations and must remain operational Firms will be solicited through www.sam.gov following formal source selection procedures. The estimated total construction cost range is $100 - $175 million and the total project period of performance is approximately 36 months from issuance of the Notice to Proceed. PROJECT SUMMARY / BACKGROUND: Within the main RRB building structure, there are five (5) nine-story office towers connected by a central atrium, three (3) levels of public/private space (concourse, ground floor and mezzanine levels) and four (4) basement levels. There are fifteen (15) stories in total, ten (10) above grade and five (5) below grade. The parking garage is located on the four (4) basement levels. There are four (4) main entrances into the building. At each entry location into the building there is a security check point which includes metal detectors and x-ray machines. Each office tower also has its own secure point of entry within the main RRB structure. All construction contractor personnel entering the CBP space will require security escorts to be provided by CBP. The building has two (2) freight elevators. The RRB was designed in the early 1990�s. The original Construction Documents and Permit Drawings noted that 1990 BOCA Building Code was used. In those drawings the building is listed as Type 1B - Protected Noncombustible (Concrete Frame Structure) equivalent to Type 1B per IBC and Type 1 (222) per NFPA. The building is fully sprinklered in accordance with NFPA 13 and provided throughout with an emergency voice/alarm communication fire alarm system in accordance with NFPA 72. The building consists of conventionally reinforced concrete flat slabs supported on concrete columns. Concrete columns are typically spaced at 30� on center each way. Due to the geometry of the building, floor plans are not generally rectilinear. Raised access flooring with underfloor electrical and IT cabling distribution is used throughout. All new construction shall conform to current codes and standards, including GSA PBS-P100, 2024 edition. ADDITIONAL INFORMATION: 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 proposal submission. INTERESTED FIRMS: The following attachment has been provided for your completion. Any interested firm should provide a written Letter of Interest and a Response to the following questions (attached is the Sources Sought Questionnaire. No more than 3 pages) to Cindy Dwier Contract Specialist, at cindy.dwier@gsa.gov and Robert Jackson, Contracting Officer at robert.n.jackson@gsa.gov. NO LATER THAN 11:00 AM EST on November 27,2024. You are encouraged to submit a Capability Statement to assist the government with market research and acquisition strategy planning. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The written Letter of Interest must contain the following elements, at a minimum: 1) Contractor's name, address, UEI, and point of contact containing a phone number and email address. 2) Business size for the assigned NAICS code. Are you a small or large business? In addition to the size of business, indicate any other socioeconomic designations such as 8(a) Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Small Women-Owned Businesses. 3) Include two (2) similar projects completed within the last ten (7) years. �Similar� is defined as a project with a minimum total contract value of $100,000,000 and the contractor's task included completing work in a government facility, including architectural; structural; fire/life safety; mechanical, electrical, and plumbing (MEP); physical and electronic security, and IT/AV design and construction. 4) Describe your company's bonding capability 5) If company is/will be part of a joint venture, state names of joint venture members and their business size(s). The Government will review each response and will use the information it receives in response to this sources sought notice as a basis for determining whether there exists a reasonable expectation of obtaining as obtaining a sufficient number of offerors from small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the 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. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cff23ca08e94587ad4376cc17c4e0db/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07264145-F 20241115/241113230112 (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 |