MODIFICATION
56 -- Bridging-Design-Build Services for the Southern Maryland Courthouse Renovations and Security Improvements Project in Greenbelt, MD
- Notice Date
- 3/3/2014
- Notice Type
- Modification/Amendment
- 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-14-MK-C-0009
- Point of Contact
- Patricia L. Sylvester, Phone: 2022606889, Chrischanda S. Smith, Phone: (202) 358-3573
- E-Mail Address
-
patricia.sylvester@gsa.gov, chrischanda.smith@gsa.gov
(patricia.sylvester@gsa.gov, chrischanda.smith@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Project Summary: GSA intends to award a firm-fixed price Bridging-Design-Build contract for all design and construction services necessary to renovate and install security improvements in the United States Southern Maryland Courthouse, located in Greenbelt, MD. The estimated construction cost is $4,000,000 to $8,000,000. This procurement will be set-aside for small business firms only. Project Scope: The 297,016 GSF (gross-square-foot) Southern Maryland Courthouse was completed in October, 1994. It is located on a 9.3 acre site adjacent to a wetlands preserve. Access to the site is security controlled; there is a single point of vehicular entry. This facility currently houses 5 District Judge Courtrooms & Chambers, 3 Magistrate Judge Courtrooms & Chambers, District Clerk operations, 3 Bankruptcy Judge Courtrooms & Chambers, Bankruptcy Clerk operations, U.S. Marshals Service, the Office of the U.S. Attorney, Pretrial services, the Fourth Circuit library, and the congressional office of Congressman Steny Hoyer. The project scope includes, but is not limited to, construction of a Grand Jury preparation and pre-trial supporting spaces and a proffer room, a new Pre-trial and debtor assistance office spaces, a new cafeteria, a Civil Violations Bureau (CVB) courtroom with reception area and administrative support spaces, and a reconfigured and expanded lobby entrance. All work will be performed in accordance with GSA authorized and approved standards. Procurement Strategy The selection process will utilize a two (2) phase selection process in accordance with FAR Part 36.3 and source selection procedures in accordance with FAR Part 15.3, negotiated procurement with tradeoff procedures. Stage I, Request for Qualifications (RFQ), shall result in a short list of offerors (a maximum of 5 firms) who will be invited to participate in Stage II of the procurement. Stage II, Request for Proposals (RFP), 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 approximately equal in importance to 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 RFP based on the Stage I information submitted. In Stage II, the Government will issue the RFP, including the Bridging Documents, to the short-listed offerors from Stage I. The RFP will serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFP. 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 award based upon evaluation of Stage I and Stage II submissions without discussions. Charrette: Offerors selected to submit a proposal for Stage II RFP will be also be required to participate in a charrette following the RFP proposal submission. It is expected that representatives of both the Design and Construction teams including an estimator be present. Each firm will be presented with a design problem and will be asked to submit a rendering and an estimated cost of their proposed solution at the end of the charrette. The submission from the charrette will be evaluated as part of each Offeror's technical proposal. The resulting scores and price will be included in the Stage II RFP evaluations. The charrette will not take the place of discussions. Prospective Offeror's must also be prepared to render oral presentations (following evaluations) if discussions are held. Additional Pre-Charrette information will be included in the RFP solicitation. This procurement will be open to small businesses only. Any qualified, responsible small businesses, 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 will other small businesses. Due to the fact that is procurement is set-aside for small business, submission of a subcontracting plan will not be required. The RFQ will be issued electronically on or about March 14, 2014, on the Internet at: http://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-14-MK-C-0009/listing.html)
- Place of Performance
- Address: United States District Courthouse for the District of Maryland (Southern Division), 6500 Cherrywood Lane, Greenbelt, Maryland, 20770, United States
- Zip Code: 20770
- Zip Code: 20770
- Record
- SN03300934-W 20140305/140303234402-e1aec22bc96d99bc4135c983587df74f (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 |