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 -- Modernization of the GSA Headquarters Building

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
GS11P10MKC0025
 
Point of Contact
Kathy Toca Bunn, Phone: 202-205-4664
 
E-Mail Address
kathy.bunn@gsa.gov
(kathy.bunn@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration 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 for the Modernization of the GSA Headquarters Building located at 1800 F Street, NW in Washington, D.C. The GSA Headquarters structure, first constructed in 1917 and updated in 1935, presently covers approximately 665,000 gross square feet (GSF). The five (5) year modernization will be phased into two overlapping parts. One part of the facility will remain occupied while the other is updated. The modernization includes the demolition and replacement of the building systems including the HVAC, electrical, plumbing, communication, and the fire and life safety systems. All the hazardous materials accessible at the time of construction will be extracted. Demolition also entails the razing of existing structures in the courtyard. The existing elevator bays will be replaced, and the number will be increased by additional public and freight & service elevators. The design includes not only a majority of open-spaced office plans but also a child development center, an auditorium, a cafeteria, a conference center, and a fitness center. As part of the new construction, the atriums in the courtyards will be enclosed, adding 134,000 GSF of space to the building. All work will be performed in accordance with GSA authorized and approved standards and is designed to meet LEED Gold Certification. A single firm-fixed price contract may be awarded for both construction phases. The estimated construction cost range is $200,000,000 to $250,000,000, funded from the American Recovery & Reinvestment Act (ARRA). 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 shall 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 will 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 State II of this 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. 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 December 21, 2009, 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, HUB Zone 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 business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone small business, and woman-owned small business to the maximum extent practicable. In this procurement, GSA intends to promote subcontractors' use of registered apprenticeship programs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0025/listing.html)
 
Place of Performance
Address: General Services Administration, 1800 F Street, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02016190-W 20091205/091203235714-aeb4728d6572a46444020b1c9ff55ad0 (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.