Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

R -- RECOVERY: Construction Management Support Services, US Department of Homeland Security (DHS) Headquarters Program – St. Elizabeths Campus, Washington, DC

Notice Date
3/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P09MKD0053
 
Point of Contact
Bonnie E Echoles,, Phone: (202) 708-6190
 
E-Mail Address
bonnie.echoles@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
American Recovery and Reinvestment Act Action Description: The General Services Administration announces an opportunity for Construction Management Support Services for the St. Elizabeths Campus Consolidation program, Southeast Washington, D.C.. GSA anticipates using funds from the pending FY 2009 Omnibus Appropriations Act and partial funding with funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009. Accordingly, the contract will be subject to unprecedented levels of transparency and accountability so Americans know where their tax dollars are going and how they are being spent. Mechanisms through special contract terms and conditions will be implemented to accurately track, monitor and report on taxpayer funds. The Recovery Act requires extensive reporting from the prime recipients of Federal funding. This may include special Buy American Act requirements, additional requirements for contractor reporting, and expanded Government Accountability Office (GAO) and Office of Inspector General (OIG) access to contractor records. Project Summary. The General Services Administration (GSA) announces their intent to issue a Request for Proposal (RFP) for a negotiated Construction Management (CM) professional services contract to perform design phase (excluding actual design), procurement phase, construction phase, reimbursable, supplemental, claims, testing, and miscellaneous services for the construction of the Department of Homeland Security (DHS) Headquarters consolidation at St. Elizabeths, Washington, D.C. St. Elizabeths, a National Historic Landmark, is a former mental health hospital that was previously operated by the United States Department of Health and Human Services (HHS). The St. Elizabeths Campus is located on Martin Luther King, Jr. Avenue in the Anacostia neighborhood of Southeast Washington, D.C. The West Campus and a portion of the East Campus have been selected to meet the operational housing needs for the DHS. The West Campus, a 176-acre site, is situated on the “topographic bowl” of the District of Columbia and offers panoramic views of the city. The campus contains 62 historic buildings, 134 character defining landscape features and a historic cemetery, in which soldiers from the Civil War era, as well as former patients, are interred. Prospective Offerors’ experience must include, but is not limited to, work performed on historic sites, with the National Historic Preservation Act Section 106 Process and within campus settings. The DHS Headquarters consolidation is a construction program involving multiple interdependent projects managed in a coordinated way to obtain benefits and controls not available from managing them individually. The individual projects are expected to include some or all of the following: The U.S. Coast Guard Headquarters; The DHS Headquarters and The Federal Emergency Management Agency (FEMA); Immigration Customs Enforcement (ICE), The Transportation Security Administration (TSA) and Customs Border Patrol (CBP); a Central Utility/Cogeneration Plant; a National Operations Center (NOC) and various infrastructure projects, including water, gas, sewer, power, and pedestrian and roadway networks. This will be a firm fixed price, indefinite delivery/indefinite quantity contract extending for the duration of the entire program, which is currently anticipated to conclude in 2016. The government anticipates awarding a single contract to one CM entity. The estimated Construction Management Support Services cost range: $20 to $30 million. The estimated construction cost for the total development of the DHS Headquarters consolidation at St. Elizabeths is between $2.0 billion and $2.5 billion of construction work and a possible $500 million of tenant added items (telecommunications/IT, physical and electronic security, FF&E). Congress has authorized Phase One of the development which includes the new U.S. Coast Guard Headquarters building, a parking structure and related infrastructure upgrades. All work will be performed in accordance with GSA’s authorized and approved standards. The CM contract will have a firm fixed price for standard (base contract) services along with an indefinite delivery/indefinite quantity component through which the government anticipates that it will issue task and/or delivery orders for additional services as the need arises. The selection process will utilize source selection procedures in accordance with FAR 15.3. This negotiated solicitation is open to both small and large business firms. The professional firm (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business Subcontracting Plan in accordance with Public Law 95-507 as part of its proposal. Consideration is open to established, qualified firms licensed to perform professional services (FAR22.1102), which currently have active, properly staffed offices within the continental United States (including subcontractors). The RFP will be issued electronically on or about April 30, 2009, on the Internet at http://www.fedbizopps.gov/, and proposals will be due 30 calendar days after RFP issuance. All qualified responsible firms are encouraged to participate in this procurement. Small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. A general information session and site visit is scheduled for April 15, 2009 at 10:00 AM. The information session will be held at GSA’s Regional Office Building, Room 5643, located at 301 7th & D Streets, SW, Washington, DC 20407 with the site visit immediately following. GSA will provide transportation to and from the St. Elizabeths Campus from its Regional Office Building. Those touring the site must utilize the transportation provided. Any person(s) arriving at the site independently will not be permitted to tour with the group. Those interested in attending the general information session and site visit must contact Project Manager, Arnold Hill, via electronic mail at: arnold.hill@gsa.gov no later than COB 04/01/09. Attendees are limited to two (2) per firm. Although not mandatory, GSA respectfully requests that all interested parties register their firms at this site to receive updated information relative to this requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ffcbec98cdaf467f470bf587ccfd4dc6&tab=core&_cview=1)
 
Place of Performance
Address: St. Elizabeths Campus, 2700 Martin Luther King, Jr. Avenue, SE, Washington, D.C. 20032, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01774906-W 20090325/090323214633-ffcbec98cdaf467f470bf587ccfd4dc6 (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.