SOLICITATION NOTICE
Y -- PRIP BUILDING 23 AND PORT ARTHUR RESIDENT REPLACEMENT CONSTRUCTION
- Notice Date
- 3/14/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W9126G-14-R-0055
- Response Due
- 4/29/2014
- Archive Date
- 5/29/2014
- Point of Contact
- BERTRAM SCOTT, (409) 766-3940
- E-Mail Address
-
USACE District, Galveston
(bertram.r.scott@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Galveston District Office requires a contract for Plant Replacement And Improvement Program (PRIP) Building 23 and Port Arthur Resident Office Replacement Construction, Galveston & Jefferson Counties, Texas, in Galveston and Port Arthur, Texas. This Construction contract will be procured through a 2-Phase Design-Build RFP. The Solicitation will be a total Small Business Set-Aside. This will be a Firm-Fixed Price contract. Project Description: Provide all labor and materials to design and construct complete and usable facilities for both the Galveston Building 23 and the Port Arthur Resident Office. Building 23 is located at 2000 Fort Point Road Galveston, Texas and Port Arthur Resident Office is located at 201 Pleasure Pier Blvd. Port Arthur, Texas. The two buildings are to have a useful life of at least 25 years. This will be a design-build contract on two different government properties, located about 90 miles apart. General Objectives. Galveston Building 23. The project objective is to design and construct a new Maintenance / Survey office building of approximately 3,120 gross square feet to accommodate survey boat and vehicle maintenance, and surveyors of the Northern Area Office. The site for the new maintenance/office building is the same as the former maintenance/office building, which was demolished in 2011, except for the concrete slab and foundation. Concrete slab and foundation demolition shall be a requirement of this contract. Port Arthur Area Office. The project objective is to design and construct a new office of approximately 2,816 gross square feet to house employees of the Port Arthur Resident Office. The site for the new office building is the same as the existing office building, which was demolished in 2012. Factors. Upon Solicitation release your proposals shall demonstrate a technically acceptable approach, methods and procedures to include equipment that will be used in each phase. Design and site personnel shall be adequate to insure quality completion of the work within the performance time of 540 days. Proposals shall demonstrate satisfactory completion of at least two (2) design-build vertical construction projects, similar in size and scope, within the last five years. Modular or trailer-type buildings will not be considered for either location. Requirements. Galveston Building 23. Construction base bid should include a fully enclosed and insulated metal building, including all exterior doors and windows; fully finished toilet rooms and battery room; and wire mesh partitioned storage areas. Provide complete foundation and sitework; exhaust systems for the maintenance bays, toilet rooms, and battery charging room; electrical power and lighting for the maintenance bays, toilet rooms, battery charging room, and storage area; unit heaters in the maintenance bays; wall lockers; insulation in toilet room walls to address future air conditioning of spaces; and plumbing for the toilet rooms, ice maker, and hose bib. The new facility does not need to be ADA compliant because it is being build for surveyors use only. Potable water and electric power utilities for construction purposes will be available. The Contractor will be responsible for all connection charges, permits, and inspection charges associated with any and all utility services. Even though the Government may not seek a Leadership In Energy And Environmental Design (LEED) rating, the facility shall be designed and constructed to a LEED SILVER certifiable rating. The Contractor shall maintain documentation illustrating compliance with this requirement during the design and construction phase and shall submit complete documentation as part of the as-built drawings and specifications. Office and Mezzanine Build-Out option shall include Office space/conditioned storage and associated heat pump, wall framing, insulation, finishes, conditioned storage shelving units, telecommunications, and electrical lighting and power; and Mezzanine and associated framing, stairs and railings. The building foundation shall be designed to safely support projected loads of the proposed building at a finished floor elevation of 13'-0 quote mark at NAVD 88. The minimum finished floor and elevated mezzanine finished floor live loads shall be 150 psf. Wind loads shall be in accordance with ASCE 7-10, 160 mph, Category III building risk. Design of Building System, including wall and roof panels, shall be in accordance with MBMA MBSM. Antiterrorism/Force Protection (AT/FP) Loads and Minimum Requirements (per UFC 040-010-01 for an quote mark Occupied quote mark facility. Port Arthur Resident Office. Construction base bid should include a fully enclosed office building, including all exterior doors and windows, fully finished toilet rooms, complete foundation and sitework. The new facility shall be ADA compliant. The floor plan and elevation illustrated in have been approved by the customer for the facility. Minor deviations may be made to ensure compliance with all applicable codes and criteria, but the sizes and functional adjacencies illustrated should remain consistent with the drawings provided. Finished ceiling height for the base bid shall be 9'-0 quote mark above finished floor. Even though the Government may not seek a LEED rating, the facility shall be designed and constructed to a LEED SILVER certifiable rating. The Contractor shall maintain documentation illustrating compliance with this requirement during the design and construction phase and shall submit complete documentation as part of the as-built drawings and specifications. Option No. 1 - 10'-0 quote mark Ceiling Height. Design and construct the facility to have a finished ceiling height of 10'-0 quote mark above finished floor. All other requirements for the facility apply. Option No. 2 - 12'-0 quote mark x 12'-0 quote mark Covered Rear Porch. Design and construct the facility to have a 12'-0 quote mark x 12'0 quote mark Covered rear porch. All other requirements for the facility apply. Foundation, structural, and roofing requirements will be as required for the rest of the facility. The new building will require finished floor elevation of 14.5 feet at NAVD 88. The Contractor's design team shall include a licensed geotechnical engineer to direct subsurface investigation and laboratory analysis required to develop a foundation recommendation for the 35% design submittal. The roof framing system shall utilize light gauge metal trusses and be designed in accordance with AISI Cold-Formed Steel Design Manual 2008. The roof covering shall be a standing seam metal roof to match the existing warehouse building and be installed with energy saving insulation. The building will also be designed for applicable live, dead and wind loads. The minimum live load shall be 150 psf. Wind loads shall be in accordance with ASCE 7-10, 160 mph, Category III building risk. The exterior of the new office facility will either match or blend with and complement the existing exterior of the warehouse building, which consists of yellow brick with taupe color standing seam metal roof. Interior design services are included in this contract. The plumbing system shall be designed and installed in accordance with the latest editions of the International Plumbing Code (IPC). High-efficiency, ducted split system heat pumps for heating and cooling the facility will be provided for this building. The Contractor will be responsible for the installation of all conduits required for telecommunications and, once complete, the Government will install the cable and make connections. The work shall be done in accordance with EIA/TIA standards. There will be four (4) Options (2 for each building). There will be a Statutory Cost Limit of $1,750,000.00. This will be Lowest Price Technically Acceptable (LPTA). The Solicitation is anticipated to be issued about March 28, 2014, and Phase I proposals due around April 28, 2014. The North American Industrial Classification System (NAICS) code applicable to this project is 236220. The Small Business Size Standard is $33.5 Million CONTRACT INFORMATION: This Solicitation will be evaluated under the two-Phase Design-Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or acronym: RFQ. (This solicitation refers to it as Phase 1). In Phase 1, interested firms or joint ventures (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposal in accordance with the criteria described in the solicitation and come up with a short-list of Phase 1 Offerors to compete for the design-build contract in Phase 2 of the process. In Phase 2 the selected offeror(s) will submit the cost proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award the contract to the responsible Offeror whose proposal conforms with all terms and conditions of the solicitation and whose proposal is the LPTA to the Government considering technical design quality, performance capability and/or cost. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: Federal Business Opportunities Website (www.fbo.gov ). Type in the search box the solicitation number W9126G-14-R-0055. (Do not include period in link). The use of the websites requires prior registration. Plans and specifications will NOT be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOps website and or any other official government website for amendments to the solicitation. You must be registered with the System for Award Management (SAM), to receive a Government contract award. You may register on the SAM Website at http://www.sam.gov/ or by calling 866-606-8220 or 334-206-7828 for international calls. The Primary Point of Contract for this project is Mr. Bertram scott, Contract Specialist, email is Bertram.R.Scott@usace.army.mil or 409-766-3940. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOps address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation. Further, all potential offerors are also encouraged to visit the Army Single Face to Industry website located at http://acquisition.army.mil/default.htm to view other official business opportunities. Contracting Office Address: US Army Corps of Engineers, Fort Worth District, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229 8220 or 334-206-7828 for international calls. The Contract Specialist for this solicitation will be Mr. Bertram Scott, (409) 766-3940 or via email at Bertram.R.Scott@usace.army.mil. For technical information and questions Mr. Bertram Scott, (409) 766-3940 or via email at Bertram.R.Scott@usace.army.mil between the hours of 8:00 AM to 4:30 PM, Monday through Friday, excluding Federal Holidays. Subcontracting goals for the Galveston District are: 50.0% - Small Business; 17.0% - Small Disadvantaged Business; 18.0% - Woman-Owned Small Business; 10.0% - HubZone Small Business; 8.5% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-14-R-0055/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN03311029-W 20140316/140314234331-c92a6c316ad2961a9f985bbeee10d9dd (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 |