SOLICITATION NOTICE
Z -- RECOVERY 2009 STIMULUS PROJECT for A/E Services for the Design and Construction of the San Juan FBI Building
- Notice Date
- 10/16/2009
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-10-DT-C-0004
- Point of Contact
- Claudia Rivera, Phone: 212 264-5244, Claudia Y Rivera, Phone: 212 264-5244
- E-Mail Address
-
claudia.rivera@gsa.gov, claudia.rivera@gsa.gov
(claudia.rivera@gsa.gov, claudia.rivera@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA), Northeast and Caribbean Region, Public Building Service, Project Management Division is pleased to announce an opportunity for A/E services for the design and construction of a new Federal building in san Juan Puerto Rico. The building will be located at 150 Carlos E. Chardon Street, Hato Rey. P.R. This procurement is for the selection of a highly qualified Architectural/Engineering (A/E) firm interested in participating in a potential opportunity under GSA’s Design Excellence Program, to design and provide construction management and inspection services for a new federal building with approximately 240,000 GSF. This new Federal building will be a high-performance green building to be located on an existing 27 acre federal campus. This new project will make a distinct architectural statement that is responsive to the existing structures of site and provides the Government with a facility that will meet high security requirements and tenant space needs. The new facility will be energy efficient and will have a LEED Silver rating goal from the U.S. Green Building Council. Funding for the design of this project was requested as part of the American Recovery and Reinvestment Act (ARRA) of 2009. A portion of this funding was used by the General Services Administration to procure the services of an A/E firm to create a master plan for the site. This master plan, currently in design, will be provided to the designer and will be the basis for the design of the new federal facility. The Estimated Construction Cost Range for this project is between $118,000,000 and $120,000,000. Funds allocated via www.recovery.gov reflect funds for design of the entire project and construction of a parking garage. Funding for construction of the FBI facility will be requested in the Fiscal year 2012 (Capital Program Request). The Request for Qualifications (RFQ) (Phase 1 Solicitation) is scheduled to be issued on or about November 6, 2009, via FedBizOps (http://www.fbo.gov/). A pre-proposal conference date will be posted with the phase 1 solicitation information. GSA intends to contract for complete design and construction administration (M&I) services that offers the best overall value to the Government by demonstrating a commitment to design and construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters of this project. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. Based on the complexity and importance of this project, the government deems it to be in its best interest to consider award to other than the lowest price offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The procurement process will be performed in two (2) phases. Phase I will consist of the portfolio review. The portfolio in phase I, provides an overview of the lead designers and design firm’s philosophy and design approach. The technical factors for phase II are tentatively as follows: (#1)Professional qualifications necessary for satisfactory performance of the required services (#2)Past Experience on similar projects (#3)Past performance in terms of cost control, quality of work and compliance with performance schedules and (#4)Experience with projects in the Caribbean or similar market. The technical factors for phase II Request for Proposals (RFP) are tentatively as follows: Detailed organizational structure and qualifications of key personnel; Project management plan and Staffing plan. Price proposals and a subcontracting plan (if the offeror is not a small business concern) will also be required during phase II. Following the evaluation of the phase I proposals, a short list of the most qualified offerors will be selected to further compete in phase II. Any and all cost saving concepts and scoping measures submitted or discussed by the offerors as part of phase I, or II shall become the property of the government and may be incorporated into the drawings and specifications for use under this project at no recompense to the offeror(s). Phase II submission: Only firms selected to be on the short-list will enter into this phase of the solicitation. This procurement is open to small and large business concerns. Before award of the contract, the business concern (if not a small business concern), shall be required to present an acceptable, proactive subcontracting plan, pursuant to FAR Part 19.7. GSA’s Socio-Economic Program goals are below, but contractors should develop their own goals with these in mind: Small Business (36%), Small Disadvantaged Business (6%), Small Woman-Owned Business (5%), HUBZone Business (3%), Veteran-Owned (5%), and Service-Disabled Veteran-owned business (3%). Failure to submit and/or comply with the minimum requirements of the subcontracting plan will render the offeror unacceptable. All questions and clarifications regarding the project documents shall be put in writing and submitted to the Contracting Officer. Production costs and proposal preparation costs are at the expense of the offeror. All correspondence in response to this announcement must clearly indicate the Solicitation Number. The design of this project is being funded by the American Recovery and Reinvestment Act (ARRA) for 2009. Reporting documents from the Contractor are mandated per the act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-10-DT-C-0004/listing.html)
- Place of Performance
- Address: 150 Carlos E. Chardon Street, Hato Rey, Puerto Rico 00918, San Juan, Puerto Rico, 00918, United States
- Zip Code: 00918
- Zip Code: 00918
- Record
- SN01986786-W 20091018/091016234718-56df5d1979c9f9744ef33be9b4a20870 (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 |