SOLICITATION NOTICE
Y -- IRS ECC Consolidation Project
- Notice Date
- 2/19/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03-P-16-DX-C-7003
- Point of Contact
- Raymond J. Porter, Phone: 2157563439, Mark Lewandowski, Phone: 2154464576
- E-Mail Address
-
raymondj.porter@gsa.gov, mark.lewandowski@gsa.gov
(raymondj.porter@gsa.gov, mark.lewandowski@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration will be soliciting construction firms to provide all labor, material, equipment, and supervision necessary for construction services for the Internal Revenue Service Enterprise Computing Center (ECC) in Kearneysville, WV in which the scope of the project includes approximately 120,000 square feet of interior renovations; renovation of identified main building areas on multiple floors to accommodate the relocation / consolidation of employees; demolition and new construction in an existing tenant office space; raised access flooring, new/repaired gypsum partitions; paint, wall base, door frames and doors; door hardware; gypsum and acoustical lay in ceilings; millwork; mechanical work; fire protection work; telecommunication / security work, A/V work; electrical work, and site work. Disposal of existing furniture and moves will also be included in contract. The Internal Revenue Service Enterprise Computing Center (ECC) in Kearneysville, WV is a campus composed of two (2) single-tenant buildings, the ECC Main Building and the ECC Annex, adjacent to WV Route 9 approximately five (5) miles east of Martinsburg, WV. Both buildings are occupied solely by the Internal Revenue Service. Sections of both buildings of the Enterprise Computing Center (ECC) are "mission critical" to the Internal Revenue Service and operate continuously on a 24/7/365 basis. This includes spaces that house Automated Data Processing (ADP) operations and the MEP systems that support them. The ECC Main Building is a 400,000 sf facility consisting of three distinct, inter-connected buildings: a 3-story Office building with attached auditorium, a 2-story Automatic Data Processing (or "ADP") building containing complex computer equipment, and a Warehouse. The Internal Revenue Service Enterprise Computing Center (ECC) Annex is a 154,600 gross square feet building leased by the GSA for the IRS and composed of the three distinct structures; the one-story IRS Annex main building, a 74,300 gross square feet structure completed in 1995, the two-story IRS Central Utility Building (CUB), a 24,200 gross square feet structure also completed in 1995, and the two-story IRS Annex Office Expansion (AEO), a 55,900 gross square feet structure completed in 1996. The Internal Revenue Service Annex main building is occupied by a large computer room that uses approximately two-thirds of area of this portion of the facility. The term of the lease on this building is due to expire in the near future. With the release of updated IRS-REFM National Workplace Standards on May 1, 2014, and with the advent of mobile work strategies within the Federal workforce, the Internal Revenue Service realized that operations at the Enterprise Computing Center (ECC) Annex Building might be able to be consolidated into Main Building, allowing GSA to end the lease term of the Annex building and realizing significant savings to the American taxpayer. The NAICS (North American Industry Classification System) Code for this procurement is 236220 for Commercial and Institutional Building Construction. This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming pools. This industry includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry are commercial and institutional building general contractors, commercial and institutional building operative builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms. It is the intent of the Government that this procurement will result in the selection of a small business construction firm that shall be capable of meeting the project requirements commensurate with the project scope of work. The General Services Administration shall utilize a two-step, best value source selection process: The selection factors for each phase are as follows: Phase One: •Prior Experience •Past Performance on Relevant Projects •Project Team Qualifications Phase Two: •Project Management and Delivery Plan •Interactive Discussions •Price Offerors will also need to provide proof of bonding capacity as part of their Phase I submission. A minimum Bonding capacity of $15 million for a single project will be required. This project is to be awarded as a firm fixed price contract. Per FAR Part 36.204 -- Disclosure of the Magnitude of Construction Projects the estimated project cost is in excess of $10,000,000.00. Award will be made to the firm offering the best value to the Government in terms of price and technical merit. The NAICS code applicable to this project is 236220. This procurement is being solicited as a total small business set aside. Interested Parties/How to Offer: The Solicitation will only be available electronically. It will be available on or about March 1 2016. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. For additional registration information, visit the FedBizOpps website, www.fbo.gov. This announcement also constitutes the synopsis of the pre­invitation notice. There will be one Pre­Proposal Conference for Prime Contractors, providing instructions for the submission of Step 1 technical proposals in which the date and time including location shall be provided via a project amendment. The purpose of this conference will be to address general questions regarding the overall project and the technical proposal package. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in an amendment to the solicitation. The general nature of this proposed contract will be discussed. Prior notification of attendance to this conference is mandatory. Contracting Office Address: The Dow Building 100 South Independence Mall West Philadelphia, Pennsylvania 19106¬ United States Place of Performance: IRS Enterprise Computing Center 250 Murall Drive Kearneysville, WV 25430 Primary Point of Contact: Raymond J Porter Contracting Officer Raymondj.porter@gsa.gov (215) 756-3439 Secondary Point of Contact: Mark Lewandowski, Contracting Officer mark.lewandowski@gsa.gov Phone: (215) 446-¬4576 Fax: (215) 209¬0408
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03-P-16-DX-C-7003/listing.html)
- Record
- SN04025711-W 20160221/160219234929-2f3cf4f01a2db1c9990213fd397180f4 (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 |