Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2017 FBO #5708
SOURCES SOUGHT

Z -- Design-Build Tenant Improvements Seattle,WA

Notice Date
7/8/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
GS17WA0953KC
 
Archive Date
8/1/2017
 
Point of Contact
Vilma Gayle Hanson, Phone: 2065782368
 
E-Mail Address
gayle.hanson@gsa.gov
(gayle.hanson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration, Northwest/Arctic Region, Public Buildings Service is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a future design-build construction services for tenant improvements for offices and related infrastructure Seattle, WA 98134. This Sources Sought Notice is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. General Services Administration Region 10 Public Building Services requests letters of interest from POTENTIAL ALASKA NATIVE CORPORATIONS concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to Ms. Gayle Hanson at gayle.hanson@gsa.gov no later than 2:00 p.m. PDT 17 July 2017. The Government intends to award a Firm Fixed Price Design-Build Contract for the Renovation of the Federal Center South Building (WA0953KC) located in Seattle, WA 98134. In accordance with FAR 36.204 - Disclosure of the magnitude of construction, the price range of this project is between $25M to $50M. The North American Industry Classification System code (NAICS) for this procurement will be 236220 with a standard size of $36.5M. Note: this magnitude may change when a solicitation is issued. Project Description: The existing 424,343 GSF facility is a two-story steel frame structure with architectural brick cladding and horizontal glazing on the exterior. The building, along with the adjacent BIA building (WA0956KC), have historical relevance due to the notoriety of the architect, Albert Kahn, who through his industrial architecture skills, is credited with revolutionizing American factory designs. It was listed on the National Register of Historic Places in October 2013. The existing building is partially occupied by various Federal agency tenants and includes associated administrative office areas, building support areas and an adjoining warehouse. This project will repair/renovate approximately 120,000 GSF of the unoccupied space to accommodate approximately 400 personnel and associated site work and environmental measures. The project may consist of core and shell structure and foundation; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes, waterproofing and blast protection. Interior build out will accommodate modular furniture systems, provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. The majority of the space modified by this this project will be converted to Sensitive Compartmented Information Facility (SCIF) standards. Project will include redundant primary power and uninterruptible power supply (UPS) systems to ensure continuity of tenant and building operations. This project requires comprehensive interior design. Site improvements may include extending utility systems to the building and security enhancements. Interested ALASKA NATIVE CORPORATION shall submit a narrative demonstrating their experience in Design-Build for construction projects of similar nature as described under the Project Description. Further, please include in your response to the following questions (in the exact order): 1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. 2. Firm's interest in providing a proposal on the pending solicitation once issued. 3. Experience: Evidence of capabilities to perform work comparable to that required for this project (e.g. management of construction of a large intelligence agency complex with strict security standards). Provide three recent relevant/comparable projects (no more than six years old). Include the project name; project team members; dollar value of the project; description of the key/salient features of the project; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, negotiated, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets (FPIS), and delivery method (e.g., Guaranteed Maximum Price (GMP), Design-Bid-Build, Design-Build, Early Contractor Involvement (ECI), Construction Manager as Constructor (CMc), etc.). In the discussion of acquisition method, identify the advantages/disadvantages--from the contractor's and the owner's perspective--of the contract type/acquisition approach used for the representative project. Responses should address the firm's availability and capacity to construct a secure national intelligence production facility and the associated challenges related to personnel security clearances and construction of such a facility. 4. For planning purposes assume a contract award between $25M and $50M and a final construction completion within twenty-four (24) months. The project may also include phasing to facilitate the overall project completion within the timeline. Response should address availability to complete the project within 24 months with estimated construction Notice to Proceed May 2018. 5. Identify if, based upon the scope of this project, interested firms would form a joint venture to execute this work. Provide Joint Venture information, if applicable including DUNS number and CAGE code. 6. Address the firm's plan to include additional small business participation to the maximum extent practicable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company. Include any concerns associated with providing performance and payment bond for the projected contract value identified. 8. Include a statement confirming whether or not the firm has had an audit of labor and overhead rates within the last year. 9. The Government is considering alternative procurement methods (different from the normal firm fixed price), provide your opinions (advantages/disadvantages) on award fee based construction contracts and incentive fee based construction contracts. What types of items should the award fee or incentive fee be based on? 10. Narratives shall be no longer than fifteen (15) pages. Email responses are required and should be submitted to Gayle Hanson via email at gayle.hanson@gsa.gov. Comments must be in the exact format as indicated above, and must include submitter's name, phone number, and email address. Comments will be shared with the Government, Customer and the project management and design team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY SEEKING INFORMATION TO DETERMINE INTEREST IN THE AFOREMENTIONED PROPOSED PROJECT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS17WA0953KC/listing.html)
 
Place of Performance
Address: Seattle, WA 98134, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN04572002-W 20170710/170708233211-33461f11e28c8fa76c0ade5f6e59149f (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.