Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2009 FBO #2933
SOLICITATION NOTICE

Y -- Bridging Design Build Services for the Commons/Health Care Building Project at the Armed Forces Retirement Home Campus, Washington, DC

Notice Date
12/3/2009
 
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
GS11P10MKC0026
 
Point of Contact
Chrischanda S. Smith, Phone: (202) 358-3573
 
E-Mail Address
chrischanda.smith@gsa.gov
(chrischanda.smith@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITAITON NOTICE SOLICITATION NO: GS11P10MKC0026 BRIDGING DESIGN BUILD SERVICES FOR THE COMMONS/HEALTH CARE BUILDING PROJECT AT THE ARMED FORCES RETIREMENT HOME CAMPUS, WASHINGTON, DC The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Buildings. Project Summary: GSA intends to award a firm-fixed price Bridging Design-Build contract for all design and construction services necessary to consolidate and modernize the residential facilities at the Armed Forces Retirement Home in Washington, DC. The estimated construction cost, excluding design, for the base construction contract is $50,000,000 to $55,000,000. The project is being designed to achieve a USGBC LEED Silver certification. Project Scope: The project scope includes demolition of the Scott Building (including hazardous materials) and the construction of a new 150,000 square foot building. The new building will include 36 rooms for Long Term Care (LTC) and 24 rooms for Memory Support (MS). It will also include a kitchen, dining room, health and wellness center, multipurpose room and other residential services and administrative functions. All work will be performed in accordance with GSA authorized and approved standards. Procurement Strategy: The selection process will utilize a two phase selection process in accordance with FAR 36.3 and source selection procedures in accordance with FAR 15.3 negotiated procurement with tradeoff procedures. Stage I, Request for Qualifications (RFQ), shall result in a short list of offerors who will be invited to participate in Stage II of the procurement. Stage II, Request for Price Proposals (RFPP), shall result in the selection of the construction contractor whose offer provides the best value to the Government. In Stage I, the Government shall identify technical 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 short list. When combined, all evaluation factors, other than cost or price, are significantly more important than price. Interested offerors will be required to submit their Stage I responses by the due date established in the RFQ. The Government will evaluate all responses in accordance with the criteria established in the RFQ. The Government will then notify each offeror in writing of whether or not it will be invited to participate in the RFPP based on the Stage I information submitted. In Stage II, the Government will issue the RFPP, including the Bridging Documents, to the short listed offerors from Stage I. The RFPP will serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFPP. Based on the Stage I and Stage II submissions, the Government will select the offer that reflects the best value to the Government. The Government reserves the right to make an award based upon evaluation of Stage I and Stage II submissions without discussions. The RFQ will be issued electronically on or about January 15, 2010, 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. GSA intends to promote subcontractors' use of registered apprenticeship programs in this procurement. Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Design and Construction Division (WP2PC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0026/listing.html)
 
Place of Performance
Address: 3700 North Capitol Street, Washington, District of Columbia, 20317, United States
Zip Code: 20317
 
Record
SN02015926-W 20091205/091203235251-e1c00be09114817aa93398d5828a4f52 (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.