SOURCES SOUGHT
Z -- R6 Design Build Seismic Retrofit - VMO00166 Sources Sought Questionnaire
- Notice Date
- 9/5/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction Division (6PC), Acquisition Branch (6PCA), 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
- ZIP Code
- 64131
- Solicitation Number
- VMO00166
- Archive Date
- 11/6/2014
- Point of Contact
- Audra Harrison, , Michael P. Flanigan,
- E-Mail Address
-
audra.harrison@gsa.gov, michael.flanigan@gsa.gov
(audra.harrison@gsa.gov, michael.flanigan@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- VMO00166 Sources Sought Questionnarie Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, West Acquisition Branch (6PCB), 1500 E. Bannister Road, Kansas City, MO 64131-3088 Description: The General Services Administration, Public Buildings Service, Heartland Region, is conducting a Sources Sought to determine the number of capable Design Build Construction firms-that are considered a small business concern under North American Industrial Classification Code (NAICS) 236220 Commercial and Institutional Building Construction-with the capabilities to provide Seismic retrofit Design Build Services. The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. Therefore, the purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of Small Businesses within the industry. The intended audience of this Sources Sought includes ALL Small Business Concerns. A Market Research Questionnaire is provided with this Sources Sought announcement. The Market Research Questionnaire will ask each firm to specify (1) Type of Small Business and (2) Experience. This procurement will be conducted under NAICS Code 236220 Commercial and Institutional Building Construction and FSC/PSC Code Z2AA. The Small Business Size Standard is $36.5 M. The Magnitude of Project: Over $10,000,000. NOTE: This notice is issued as a Sources Sought announcement for information purposes only. Responses provided will not exclude interested parties from future, related procurement activity. NOTE: Overall, the GSA Region 6 encompasses the four (4) state geographical areas that include Iowa, Kansas, Missouri, and Nebraska. NOTE: This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent a commitment by the Government. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time a solicitation DOES NOT exist. Contract Requirement: The anticipated contract will be procured in accordance with the Two-Phase Design-Build Selection Procedures under FAR Subpart 36.3. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as solvents, chemicals, asbestos, lead based paint and radon. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines are required to comply with the below requirements included but are not limited to: •· PBS P100 Facility Standards for the Public Building Service (PBS), current edition •· Design Excellence: Policies & Procedures, current edition •· ASHRAE Standard 90.1 2007 •· ASHRAE Standard 189.1. •· The Energy Policy Act of 2005. •· The Energy Independence and Security Act (EISA) of 2007. •· International Building Code, current edition. •· NFPA 101, current edition. •· Architectural Barriers Act Accessibility Standard (ABAAS) Guidelines, current edition •· Incorporation of building information modeling (BIM). •· The Architect's Handbook of Professional Practice, 13th Edition, by The American Institute of Architects (AIA). •· The GSA Building Commissioning Guide, current edition •· GSA Public Buildings Service Pricing Desk Guide, current edition. •· Energy Price Indices and Discount Factors for Life Cycle Cost Analysis, current edition. •· Protective Design and Security Implementation Guidelines, current edition. •· Interagency Security Design Criteria. Current edition- Register at http://www.oca.gsa.gov •· GSA Pricing Policy, current edition The period of performance for the proposed contract (includes Design & Construction): 1096 days Design: 30% Design bridging documents will be provided Based on the GSA agency needs at time of award, the GSA reserves the right to make adjustments to the GSA procurement strategy as deemed necessary. Type of Work: This project includes Structural and Non-Structural Seismic Renovations of existing space, fully occupied, in a 1933 built 10 story concrete frame building (approximately 1,131,930 SF including basement and 11 story tower) in St. Louis, Missouri. The project will promote shelter in place and provide safe exit from the facility following a seismic event. Structural collapse mitigation includes installation of new micro pile foundations and full height shear walls in structurally important locations throughout the building. Non-structural risk mitigation includes the basic retrofitting of items which may impede safe exit from the facility following a seismic event. These items include: bracing demountable partitions, installing safety film on select glazing, bracing tall file systems along egress paths, installing clips on grid ceiling tiles, installing flexible gas lines, independent light fixture support, bracing of selected ducts and piping, and bracing selected masonry walls, parapets, and unsupported exterior walls. Response to Sources Sought: Interested parties are encouraged to respond to this announcement by completing the Market Research Questionnaire, and submitting it electronically to the contracting office via e-mail to the following e-mail address: audra.harrison@gsa.gov. Total Submission shall not exceed Five (5) pages - (this includes pages 1 and 2 of the Market Research Questionnaire, and 1 copy of page 3 for each of the Three (3) projects) requested in the Market Research Questionnaire. Please Submit as One (1) file in.pdf format. Subject line of the email shall appear as follows: GSA R6 VMO00166 - Sources Sought Response Information shall be submitted via email, as stated above, by 5:00 P.M. (CST) on October 6, 2014. Note: Information submitted other than the Market Research Questionnaire, as described, will not be considered. This Sources Sought announcement/market research questionnaire information will be used for preliminary planning purposes. Respondents will not be notified of the results of the evaluation. NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. T he website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)-FedBizOpps (FBO) system at www.fbo.gov. Point(s) of Contact: Audra Harrison, Contract Specialist, Phone 816-823-2591, email audra.harrison@gsa.gov Mike Flanigan, Contracting Officer, Phone 816-823-4912, email michael.flanigan@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d51d82866f30b101d4cd59ccb8e93152)
- Record
- SN03497513-W 20140907/140905234751-d51d82866f30b101d4cd59ccb8e93152 (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 |