Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2011 FBO #3336
SOLICITATION NOTICE

Y -- RECOVERY: Social Security Administration National Support Center (Design/Build)

Notice Date
1/10/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
 
ZIP Code
19107
 
Solicitation Number
GS-03P-11-CD-C-0002
 
Point of Contact
Daria Giannotti,
 
E-Mail Address
SSA-NSC@gsa.gov
(SSA-NSC@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
American Recovery and Reinvestment Act (ARRA) Social Security Administration National Support Center (SSA NSC) The General Services Administration (GSA) is soliciting Design-Build teams for the design and construction of the Social Security Administration's National Support Center. Continuing a legacy of outstanding public architecture, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented architects, landscape architects, interior designers, engineers, artists, and builders to design and construct federal buildings of outstanding quality and value. Federal buildings must be high-performance green facilities that demonstrate the merit of true integrated design, harmonizing aesthetics, cost, constructability, and reliability to enhance human productivity and creativity. The goal is to create environmentally responsible and superior workplaces for civilian Federal employees, that give contemporary form and meaning to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering design in accordance with GSA quality standards and requirements. As required by law, all facilities must meet Federal energy and water conservation goals, specifically the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Orders 13423 and 13514, and the fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007. All projects must achieve a Leadership in Energy and Environmental Design (LEED) Gold rating. The facility shall conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS), meet Federal security requirements for ISC Level IV-High, and be designed in metric units. The project is a new high-performance green building with the following general characteristics: -Data Center with requirement to meet Uptime Tier 3 certification standards -Approximately 400,000 GSF facility to support an estimated IT load of 10MW -Multi-disciplined design-build team, including specialty expertise in Data Center Design & Construction, Sustainability, Energy, Security, Blast analysis, and BIM technologies. The proposed site is still to be determined, but will be within 40 miles of Woodlawn, Maryland. GSA will utilize the two-phase design-build selection procedures as described in FAR 36.3. The selection factors for each phase are as follows: Phase One: -Prior Experience on Relevant Projects -Past Performance on Relevant Projects -Project Team Qualifications and Approach Phase Two: -Design Development -Project Management and Delivery Plan -Oral Presentation -Project Labor Agreement -Price Offerors will also need to provide proof of bonding capacity as part of their Phase I submission. Bonding capacity of $350 million will be required. Offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA is accepted by GSA, the awardee shall be required to execute a Project Labor Agreement with one or more appropriate labor organizations for the term of the resulting Contract. GSA is promoting the use of registered apprenticeship programs on this project. An Apprenticeship Plan is required after award. A detailed Program of Requirements (POR) is currently being developed and will be provided in the Phase 2 solicitation package. This project is to be awarded as a firm fixed price contract. The estimated project cost is between $250,000,000 and $350,000,000. Award will be made to the firm offering the best value to the Government in terms of price and technical merit. The NAICS code applicable to this project is 236220. This procurement is being solicited on an unrestricted basis. This announcement also constitutes the synopsis of the pre-invitation notice. A pre-proposal conference will be held on February 2, 2011 in Baltimore, Maryland at 1:30PM. The location will be provided at a later date. Small businesses are highly encouraged to attend. Additional small business outreach efforts will be announced via an amendment to this FedBizOpps notice. Prior notification of attendance to this conference is mandatory. Please provide your company name and all potential attendees' full names to SSA-NSC@gsa.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation will only be available electronically. It will be available on or about January 26, 2011. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedBizOpps website, www.fbo.gov or the CCR website, www.ccr.gov. Inquiries concerning the project should be directed to the following email address: SSA-NSC@gsa.gov and reference the solicitation number in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-11-CD-C-0002/listing.html)
 
Record
SN02357592-W 20110112/110110234223-c8c695ef2ebe1e9da915a294105807f4 (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.