SOLICITATION NOTICE
Y -- Design-Build of the Central Utility Plant (CUP2) Building, St Elizabeths Campus, SE, Wash., DC
- Notice Date
- 1/26/2016
- 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
- EQWPGC-15-5003
- Archive Date
- 6/30/2016
- Point of Contact
- Annabelle Contee, Phone: 2025617848, Bonnie Echoles, Phone: (202) 561-7821
- E-Mail Address
-
Annabelle.Contee@gsa.gov, bonnie.echoles@gsa.gov
(Annabelle.Contee@gsa.gov, bonnie.echoles@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) hereby notifies of the intent to issue a Requirement for the Design/Build contract for the CENTRAL UTILITY PLANT (CUP) II for the Consolidation of the Department of Homeland Security (DHS) at the St. Elizabeths Hospital site in Anacostia, DC. The scope will include design/build efforts from approximately 30% bridging documents and construction management for the CUP II Building. The St Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. The site, located one mile east of DC on Martin Luther King Jr. Avenue, SE, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases are planned in total, with a phasing summary as follows: Phase 1 - new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf) [awarded September 2009] Adaptive reuse of historic buildings for DHS at 179,250 gsf; Phase 2 - The Center Building for DHS, Central Utility Plant and DHS Operations Center, a mix of new construction and adaptive reuse projects along with FEMA Headquarters at 1.7 million gsf and Phase 3 - a combination adaptive reuse and new construction for Customs and Border Protection (CBP), Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA) and DHS (1,398,150 gsf). The Department of Homeland Security Headquarters Central Utility Plant Expansion (CUP2) project at St. Elizabeths is a follow-up project to work completed during Phase 1 development of the campus. The Phase 1 Central Utility Plant, constructed to support the US Coast Guard Headquarters (Munro Building), is an existing two story below grade structure with an above grade "head house" utilized for equipment and personnel access. The upper (LL1) level is dedicated to electrical systems, consisting of emergency generators and switch gear, the lower (LL2) level contains boilers, chillers, and fuel storage for the emergency generators, as well as office space for operations personnel. The CUP1 and a temporary Modular Utility Plant (MUP) are sized to accommodate only the portions of campus built out during Phase 1- the Douglas A. Munro USCG Headquarters, portions of the Departmental Operations Center A (DOC A), and Buildings 31, 33, 40, 41, 48, and 49. In order for the next phase (Phase 2A) of campus construction to be brought on line, the Central Utility Plant must be expanded to accommodate this additional area. These next phases include the Center Building Complex, the West Addition, and additional build-out space within DOC A. Ideally, the CUP2 would be operational not only in time for occupancy of these buildings, but in time to condition these building sites for interior construction, thereby saving costs for temporary air handling units. The CUP2 building is planned to accommodate the remaining equipment needed for the campus build out. The Procurement is a Design-Build-Bridging contract to be performed in a one-step process. The potential Offerors/General Contractors are expected to partner with reputable and experienced design firms. The Government will use the Best Value, Tradeoff Process in order to consider award to the other than the lowest price offeror or other than the highest technically rated offeror. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. The perceived benefit of the higher priced proposal shall merit the additional cost, and the rationale for tradeoffs will be documented in accordance with FAR 15.3. Non-price factors include: Past performance, Experience, Technical and Management Approach, Specialized experience and technical competence, Small Business Utilization, Project Labor Agreement. All non-price factors are considered to be of equal weight with regard to the evaluation. The estimated price range for the Project is between $30 and $40 Million. Liquidated Damages shall be $ 3,000 per calendar day. Substantial Completion is within 540 calendar days from issuance of Notice to Proceed (NTP); Contract Completion is within 60 calendar days of Substantial Completion NAICS Code: 236220 The Contractor (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507 as part of its proposal. GSA anticipates issuing the Request for Proposal (RFP) on or about Day 15 after this notice is uploaded at FedBizOpps. Proposals will be due 30 calendar days after issuance of the RFP, at the place designated in the RFP. The actual date and time will be identified in the RFP - The Solicitation Volume. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. The General Services Administration will only make this RFP available electronically at www.FBO.gov. This site provides instructions for downloading the documents. All inquiries must be in writing, preferable via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. All responsible firms may submit an offer. This is a competitive negotiated acquisition governed by procedures in FAR 15. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures per FAR Subpart 15.3. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included under the RFP. All qualified responsible firms are encouraged to participate in this procurement. 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 with other small businesses. All responsible sources may submit a proposal package, which will be considered by the agency. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. Offerors will not be reimbursed for proposal submittal expenses. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/EQWPGC-15-5003/listing.html)
- Place of Performance
- Address: St Elizabeths West Campus, 2701 Martin Luther King Ave., SE, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN04000606-W 20160128/160126233903-aaf7158a42f035373d39732ec868b2ca (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 |