SOLICITATION NOTICE
Y -- Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths West Campus, S.E. Washington, D.C.
- Notice Date
- 5/6/2011
- 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
- GS-11P-11-MM-C-0007
- Point of Contact
- Terrie A. Latimer, Phone: 202-561-7820, Bonnie M Echoles, Phone: (202) 561-7821
- E-Mail Address
-
terrie.latimer@gsa.gov, bonnie.echoles@gsa.gov
(terrie.latimer@gsa.gov, bonnie.echoles@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- FY 2011 FUNDING SUBJECT TO AVAILABILITY OF FUNDS AT THE TIME OF AWARD. The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for the DHS OPERATIONS CENTER (DOC) contract for the Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths Hospital site in Anacostia, DC. The scope will include the build out construction of the building (approx. 182,000 gsf). This project is part of the first phase in a multiphase construction project that will construct a new office campus for the DHS at St. Elizabeths. The St. Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service, located one mile east of DC on Martin Luther King Boulevard, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases are planned in total, with a phasing summary as follows: Phase 1 - new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf) [awarded September 2009] Adaptive reuse of historic buildings for DHS at 179,250 gsf [awarded September 2010]; Phase 2 - The Center Building for DHS (265,000 gsf), the DHS Operations Center, and FEMA Headquarters (750,000 gsf) and Phase 3 - a combination adaptive reuse and new construction for Customs (ICE) and Border Protection (CBP), Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA) and DHS (1.4 million gsf). The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. The estimated construction cost range is between $35 - 60 million. The Construction Performance Period shall be phased, with the Base contract not exceeding 480 days. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The "Best Value Continuum, Tradeoff Process" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: 1. EXPERIENCE : The offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) similar projects, within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation. 2. PAST PERFORMANCE: This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. 3. KEY PERSONNEL: This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. 4. MANAGEMENT PLAN & SCHEDULE : This factor considers the plan being proposed by the offeror to execute the work contained in the contract drawings and specifications. 5. SMALL DISADVANTAGED BUSINESS PARTICIPATION PLAN: This factor addresses the evaluation of the extent of participation of small disadvantaged business (SDB) concerns in performance of the contract in the authorized NAICS Industry Subsector. 6. Labor/Trade APPRENTICESHIP and TRAINING PROGRAM: The Government will evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor's use of a registered apprenticeship program. The General Services Administration will only make this RFP available electronically at www.FBO.gov. GSA intends to upload the RFP at this site on or about June 10, 2011. This site provides instructions for downloading the RFP. In accordance with the requirements of the RFP, all proposals will be submitted to GSA in July of 2011 to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, Seventh and D Streets, SW, Washington, DC 20407. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $31.5 million. This solicitation is not set-aside for small business concerns. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. Small Disadvantaged Women Owned Businesses and are encouraged to submit a technical proposal and so state that they are SDBs and Woman Owned. All responsible sources may submit a technical proposal package, which will be considered by the agency. Executive Order 11246 prohibits employment discrimination by federal contractors and subcontractors, and federally assisted construction contractors and subcontractors, and authorizes the Secretary of Labor to administer and enforce the Order. Similarly, Section 503 of the Rehabilitation Act of 1973 prohibits employment discrimination against individuals with disabilities by federal contractors and subcontractors, and the Vietnam Era Veterans' Readjustment Assistance Act of 1974 (38 U.S.C. 4212) prohibits employment discrimination against covered veterans by federal contractors and subcontractors. Through its Public Buildings Service, GSA awards construction contracts, and works with the Office of Federal Contract Compliance Programs (OFCCP) to ensure compliance with the requirements of 41 CFR Part 60-4. This Initiative furthers the goals of providing equal employment opportunity (EEO) and affirmative action in the construction industry, as well as creates joint public outreach activities. Based on the interagency initiative between OFCCP and GSA, OFCCP will provide technical assistance during pre-solicitation, pre-bid, post-award, and pre-construction conferences to contractors. OFCCP will participate in preliminary meetings with appropriate officials from GSA prior to the selection of the general contractor on mega construction projects in order to ensure that bidders are aware of their EEO obligations if they are awarded a federal contract. Therefore, the successful offeror of this project and its subcontractors are required to attend a mandatory Compliance Assistance Training, which is held on a regular basis here on the Campus. In addition, the successful offeror is expected to participate in routine meetings regarding the status of outreach efforts on the project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-11-MM-C-0007/listing.html)
- Place of Performance
- Address: St. Elizabeth West Campus, 2701 Martin Luther King Ave., S.E. Wash., DC 20032, Washington, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN02441782-W 20110508/110506234223-56422160717ebea08db642d08a8bd6bb (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 |