Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2014 FBO #4638
SOLICITATION NOTICE

Z -- Design Build Services for Renovations/Alterations to the JJ Pickle Federal Building in Austin, TX

Notice Date
8/4/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-14-HH-C-0052
 
Archive Date
10/17/2014
 
Point of Contact
Lisa B Byrd, Phone: (817) 978-2714
 
E-Mail Address
lisa.byrd@gsa.gov
(lisa.byrd@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS - JJ PICKLE FEDERAL BUILDING RENOVATIONS/ALTERATIONS Title: Design Build Renovations/Alterations - JJ Pickle Federal Building Austin TX Solicitation Number: GS-07P-14-HH-C-0052 Notice type: Pre-solicitation Posted date: August 4, 2014 Classification code: Z2AA NAICS Code: 236220 Place of Performance: 300 E. 8 th Street, Austin, TX 78701 Z - The General Services Administration (GSA) announces an opportunity for public construction and is soliciting written expressions of interest from qualified Design Build (DB) contractors desiring to compete in the procurement process for the referenced project. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $33.5 million per year. This is an unrestricted procurement open to all large and small business concerns. All interested parties shall submit a one page letter on company letterhead that includes a statement of interest, the firm's DUNs number and the number of personnel who will attend the pre-proposal conference. The offeror selected for award must be registered in the Government's System for Award Management (SAM). Letters of interest should be submitted to the Contracting Officer, via e-mail to lisa.byrd@gsa.gov The estimated contract value is $30,000,000 to $40,000,000. Contractors should price according to the specifications. The Request for Proposal (RFP) is scheduled to be issued on or about August 19, 2014 to all parties that submit a letter of interest to the Contracting Officer. This letter of interest must be submitted to gain access to the documents. A pre-proposal conference and site visit are tentatively scheduled to be held on or about September 9, 2014 in Austin, TX. The specific time and location will be provided at a later date to those interested parties who request the information from the Contracting Officer. Offerors will have an opportunity during the pre-proposal conference to ask questions and seek clarifications regarding the project and technical evaluation criteria. Attendance at the pre-proposal conference is not mandatory, but is strongly encouraged. Any and all questions regarding the scope of work shall be put in writing and submitted to the Contracting Officer no later than 3:00p.m. Central Time on September 17, 2014. Amendments to the solicitation addressing responses to questions/clarifications will be issued to the firms that requested the solicitation documents. GSA intends to contract for complete design and construction services with the Design Build contractor that offers the best overall value to the Government by demonstrating a commitment to design and construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The Scope of Work (SOW) for this project includes the following: cleaning and re-caulking the exterior of the building; replacing the entire flexible joint system in the building façade to address water infiltration; refurbishing the existing windows; replacing the roof; upgrading the life-safety systems; replacing the HVAC distribution system; replacing the toilet exhaust system; upgrading the ventilation air requirement; fixing the air flow problem; upgrading the finishes and the fixtures in the restrooms; replacing the electric drinking water coolers; replacing sump pumps for sewer and storm water; upgrading accessibility ; replacing carpet in the public corridors and repairing the plaza and planters to correct drainage. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the SOW under the resultant contract. The contractor will be chosen competitively utilizing FAR Part 15 Source Selection procedures and the Best Value/Trade-off process. The Government has determined it to be in its best interest to consider award to other than the lowest priced offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire design and construction project. The Government anticipates the award of a Firm, Fixed-Price Contract, based on a final negotiated or accepted price, to the contractor that offers the best overall value to the Government. Submission Requirements: The Request for Proposal (RFP) will include the requirement to provide a technical proposal and a price proposal. The technical factors are tentatively as follows: 1) Experience of the DB team on Design Build projects; 2) Past performance of the DB team on Design Build projects; 3) Technical and Management Approach; 4) Experience and Technical Competence and past performance of the Individual Team Members and 5) Project Labor Agreement (PLA). Following the evaluation of the technical proposals, a competitive range of offerors that offer the best value may be selected in accordance with FAR Part 15.306(c). This procurement is open to small and large business concerns. All offerors (if not a small business concern), shall submit a Subcontracting Plan, pursuant to FAR Part 19.7. GSA Region 7's Socio-Economic Program goals are as follows, but contractors should develop their own goals with these in mind: Small Business (40.52%), Small Disadvantaged Business (5%), Small Women-Owned Business (5%), HUBZone Business (3%), Veteran-owned (3%) and Service-Disabled Veteran-owned business (3%). The technical and price proposals are due to the Contracting Officer at the address shown below no later than 3:00p.m. Central Time on or before October 2, 2014. General Services Administration Lisa B. Byrd, Contracting Officer (7PQA) 819 Taylor Street, Rm. 12B-379 Fort Worth, TX 76102-6105 lisa.byrd@gsa.gov 817/978-2714 The Government anticipates award of this contract by December 31, 2014. The performance period is 990 calendar days from the Notice to Proceed date. All correspondence in response to this announcement must clearly indicate the Solicitation Number GS-07P-14-HH-C-0052. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-14-HH-C-0052/listing.html)
 
Place of Performance
Address: JJ Pickle Federal Building, 300 E. 8th Street, Austin, Texas, 78701, United States
Zip Code: 78701
 
Record
SN03449062-W 20140806/140804235150-b549229de3dc522bf7c5da4e0bde400e (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.