SOLICITATION NOTICE
Y -- CMc - FOB, Infrastructure Systems Replacement Project, Washington, DC Metropolitan Area
- Notice Date
- 5/1/2012
- 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-12-MK-C-0037
- Archive Date
- 6/16/2012
- Point of Contact
- Mary Pineda, Phone: 202-205-8468, Nick Carroll, Phone: 202-205-0757
- E-Mail Address
-
mary.pineda@gsa.gov, nick.carroll@gsa.gov
(mary.pineda@gsa.gov, nick.carroll@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) intends to issue a Request for Proposal (RFP) for a Construction Manager as Constructor (CMc) to perform construction services on the Federal Office Building (FOB) Infrastructure Systems Replacement Project, in the Washington, DC Metropolitan Area. This is a classified project and each offeror shall possess the required Facility Security Clearance Level of Top Secret and required Level of Safeguarding capability of Top Secret in order to be considered eligible to bid upon this project and be issued a solicitation package. It is anticipated that classified technical data and documentation, up to the level of Top Secret will be utilized on the project. The project is anticipated to be awarded in October 2012 and includes both pre-construction phase services and construction phase services, over multiple years. This project is the second Phase of four Phases with each subsequent Phase extending services and systems of the entire project. The estimated construction cost range for this phase of the project is $50 to $100 million dollars. GSA intends to negotiate the award of a Guaranteed Maximum Price (GMP) Contract for the Construction Manager as Constructor (CMc) Services. All work will be performed in accordance with GSA authorized and approved standards. The selection process will utilize source selection procedures in accordance with FAR Part 15.3. The selection procedure will employ tradeoffs and the technical/management factors are considered to be significantly more important than price and price related factors. The four technical factors are described hereinafter. FACTOR 1: Past Performance - Offeror's must demonstrate successful experience on at least two (2) similar projects completed within the past (8) years. Definition of Similar project is: "a project comparable in scope of work and on occupied and fully functional facilities and sites, as well as with construction adjacencies." All similar projects must meet the type and complexity of all the following characteristics: (1) The project involved new utility services connections to new utility infrastructure, site work, renovations to an existing historically significant building that included substantial classified scope of work (including Top Secret) incorporating demolition and hazardous materials abatement and remediation, civil, architectural, historic preservation and restoration, structural, roofing, electrical, emergency power, telecommunications/IT systems, physical security systems, mechanical, plumbing, and fire life safety and protection systems; (2) The project required coordination to maintain continuity of operations in all or some of the occupied spaces of the existing building and/or adjacent building(s) along with maintaining all existing utilities during construction;(3) The project involved environmental controls that included but were not limited to temperature, humidity, vibration mitigation, dust and noise control; (4) The project involved secured site access and a restricted site with limited space for material staging along with the requirement to maintain pedestrian and vehicular traffic flow around the site;(5) The total project construction cost at time of contract award was not less than $50 million. Further, of critical importance to the Government, is compliance with the construction schedule for this phase of the project. It is imperative that all offeror's be able to clearly demonstrate how they successfully managed both pre-construction and construction phase schedules for their identified comparable projects. The offeror's will be required to clearly articulate how they successfully managed and scheduled their staff, project subcontractor personnel, materials, equipment and other applicable resources necessary to comply with established projects intermediate milestone dates, final completion dates and final commissioning and punch-list completion dates. FACTOR 2: Key Personnel FACTOR 3: Understanding of Requirements/Management Approach/Subcontracting Plan/Schedule. FACTOR 4: Apprenticeship Plan. This solicitation will be open to both small and large business firms. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average "annual receipts" of $31.0 million. Joint Ventures (JV) shall be allowed to participate only if the joint venture submits one (1) copy of the executed joint venture agreement and the joint venture holds all security requirements including Facility Security Clearance Level of Top Secret and Level of Safeguarding Capability of Top Secret, under said JV firm (not individual firms). The RFP will be issued on/about July 1, 2012 and proposals will be due 30 calendar days after RFP issuance. If your firm has an interest in being considered for this project, then you SHALL SUBMIT by No Later Than 1 June 2012 at 10:00 AM VIA EMAIL to: mary.pineda@gsa.gov, and cc: nick.carroll@gsa.gov a written "LETTER OF INTEREST" along with the required FACILITY SECURITY CLEARANCE LEVEL and LEVEL of SAFEGUARDING CAPABILITY CERTIFICATION INFORMATION as listed in items 1) through 5) below. It shall be noted that due to required Security Requirements, RFP packages SHALL only be distributed to firms that have submitted the Letter of Interest and required Facility Security Clearance Level and Level of Safeguarding Information by the stated date and time above and meets all stated security clearance requirements. The Government shall verify all submitted required Security Clearance Information prior to the issuance of any RFP. Therefore should a firm not submit a written "Letter of Interest" and the required Security Clearance Information by 1 June 2012 at 10:00 AM nor meet the stated Facility Security Clearance Level and Level of Safeguarding requirements, the firm shall not be considered eligible for this project and shall not receive the RFP documents." 1) Requesting Offeror's Name, Address, DUNS # and Telephone # 2) Assigned Cage Code 3) Offeror's Facility Security Officer's (FSO) name, address, email and phone information 4) Offeror's Cognizant Security Office name, address and phone information 5) Certification of the Facility Security Clearance Level that the offeror holds and date clearance was received and including certification of the Level of Safeguarding Capability the offeror holds and date certification was received. The offeror shall hold a Facility Security Level of Top Secret and Level of Safeguarding Capability of Top Secret NOTE: Joint Ventures must provide certification of the above referenced Security Requirements information for the JV entity not individual firms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-12-MK-C-0037/listing.html)
- Record
- SN02736300-W 20120503/120502000550-2dd9edfa4cb0ceb4d3ad3aafade140b7 (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 |