Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2002 FBO #0315
SOLICITATION NOTICE

Y -- Construction of a new GSA Federal Building, Washington, DC

Notice Date
10/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P02MKC0059
 
Point of Contact
Vincent Matner, Contracting Officer, Phone (202) 260-6707, Fax (202) 708-8332,
 
E-Mail Address
vince.matner@gsa.gov
 
Description
The General Services announces an opportunity for Construction Excellence in Public Buildings. Project Summary: GSA intends to award a firm-fixed price contract for all construction services necessary to construct a new GSA Federal Building in Washington, DC. The GSA Federal Building will be an agency headquarters office building of approximately 422,000 GSF. The estimated construction cost is $70,000,000 to $80,000,000. All work will be performed in accordance with GSA authorized and approved standards. The facility will be located on a 6.14-acre site at Florida and New York Avenues, N.E., Washington, DC. The project will be comprised of three office wings, all inter-connected by an enclosed atrium, and an underground garage with parking for 200 vehicles. The northern wing will be a crescent-shaped tower, six stories above grade. The southern and eastern rectangular wings will be eight stories above grade. The facility will include a private garden, approximately one acre that will be bounded by a punctuated garden wall demising structure. The office areas will be primarily open-space planned facilities with under-floor air distribution through an approximate 12 inch raised floor plenum. The project will include non-office spaces, such as a training facility, auditorium, press facilities, library, and fitness center. Security, which is a major concern to the tenant agency, will be reflected in the design of the building, including physical security, blast mitigation design, and electronic security. The project is being designed to meet LEED certification. Procurement Strategy: Pursuant to FAR Subpart 15.3, GSA will employ source selection tradeoff procedures to procure and award the construction contract for this project. All evaluation factors other than cost or price, when combined, will be approximately equal to price. The selection process will have two stages. Stage I, Request for Qualifications (RFQ), shall result in the establishment of a list of offerors identified as Viable Competitors, who will be invited to participate in the next stage of the procurement, Stage II. Stage II, Request for Proposals (RFP), shall result in the selection of the construction contractor whose offer provides the Government with the best value. In Stage I, the Government shall identify the evaluation factors other than cost or price that are critical to this procurement and that will serve as the basis for the determination of the viable competitors. Interested offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each offeror in writing either that it will be invited to participate in the RFP or, based on the information submitted in the RFQ response, that it is unlikely to be a viable competitor. Notwithstanding this advice, an offeror that is unlikely to be a viable competitor may participate in Stage II of the procurement. Offerors that did not submit a timely RFQ response in Stage I will not be allowed to participate in the remaining stage of the procurement. In Stage II, the Government will issue the RFP, which will include the 100% construction drawings, to the viable competitors and the other offerors from Stage I that elect to participate in Stage II. The RFP will serve as the basis for the firm-fixed price offers from the offerors in Stage II. The firm-fixed price offers will be due by the date established in the RFP. Price offers that exceed $80,000,000 will be considered unacceptable and will be rejected. Based on the Stage I and Stage II submissions, the Government shall select the offer that reflects the best value to the Government. The Government will reserve the right to make an award upon the basis of the initial Stage I and Stage II offers without discussions. The RFQ will be issued electronically on or about October 18, 2002, on the Internet at: http://www.fedbizopps.gov/. Opportunities for Other than Large Businesses: This procurement will be open to 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. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)) and FAR Subpart 19.702, an offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a subcontracting plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. In this procurement, GSA intends to promote subcontractors' use of registered apprenticeship programs.
 
Place of Performance
Address: Florida & New York Avenues, N.E., Washington, DC
Zip Code: 20002
Country: USA
 
Record
SN00187386-W 20021013/021011214000 (fbodaily.com)
 
Source
FedBizOpps.gov 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.