Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOURCES SOUGHT

Z -- Milwaukee Federal Courthouse Fire Alarm Design-Excellence/Design-Build

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0018R0169
 
Archive Date
8/2/2018
 
Point of Contact
Anthony W. Walton, , Helen V. DiMonte,
 
E-Mail Address
anthony.walton@gsa.gov, helen.dimonte@gsa.gov
(anthony.walton@gsa.gov, helen.dimonte@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Milwaukee Federal Courthouse Fire Alarm Design-Excellence/Design-Build Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research only. Depending on market research and other influences, GSA anticipates issuing a solicitation for this project around Fall 2018. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $33.5M in average annual receipts over the past three (3) years. General Information The Milwaukee Federal Building and US Courthouse (MFB) located at 517 E. Wisconsin Avenue Milwaukee, WI is a historic building built in the 1890s for the U.S. Postal Service, Courts, and Customs Service. The buildings current and main tenants are The Courts, Department of Homeland Security (DHS), Justice Department, and GSA. The building's gross square footage is 491,834.69 and usable square footage is 261,155.17 which include a total of 7 floors. The federal building and courthouse serves the purpose of helping the courts and tenant agencies fulfill their missions. This project will combine GSA's Design Excellence Program with the delivery method of Design-Build. Through the preservation and modernization of an historic federal building, this pending project plans to continue the legacy of outstanding public architecture. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented designers and artists to prepare our historic federal buildings. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and gives public expression to our democratic values. Design Excellence in public architecture for performance of architectural/engineering design must be in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals and security requirements. Scope Summary The design-build scope of work includes all labor and materials required to provide design, engineering, construction, and other related services necessary to replace the fire alarm system. This project proposes a complete full replacement of the fire alarm system along with extending and upgrading the fire suppression system. Included is the addition of speaker/strobe devices to provide visible alerts to the hearing impaired, in addition to audible alerts. Fire alarm work will include replacement of the fire alarm backbone to support new devices. The project will also include extension of sprinkler coverage to areas that are not currently protected and repairs to the existing fire suppression system by replacing existing sprinkler heads nearing the end of their useful life. As a designated historic building built between 1892 and 1899, significant historically sensitive spaces will be impacted by the scope of this project. Work will occur throughout the building, including all tenant spaces, while the building is fully occupied. The project may disturb asbestos, requiring abatement procedures, and will likely encounter lead-based paint throughout the building. Options will be presented when the Request for Proposal (RFP) is released. Options are provided for information purposes only. The Design Build contractor will be fully responsible for all design, construction, and savings efforts related to the project. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, DesignBuild contract for the Milwaukee Federal Building and Courthouse pursuant to the Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). GSA envisions a highly collaborative design build delivery approach for this project where the DB contractor works closely with all stakeholders including a Construction Management Assistant (CMa), to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient fire alarm system. The facility must meet federal energy goals. The project must also comply with the P100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. Unique Situations/Risks Historic preservation, asbestos and lead abatement are sensitive areas for the project. Since work will take place in an occupied building, no adverse impact on tenant missions will be allowed. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages (a total of 20 single pages). The capability statement shall be sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.sam.gov). e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include both the design & construction team. 4) Capabilities and experience with federal projects in design and construction of fire alarm systems in the $10M - $15M range. Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past 8 years. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $10-$15M range. 7) Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages (a total of 20 single pages). Responses should be emailed to anthony.walton@gsa.gov no later than the time and date provided below. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review and planning purposes only. All interested parties are required to respond to this sources sought announcement via email no later than 2:00 p.m. CST, July 18, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6db738d738729e989a3082402abc2a69)
 
Place of Performance
Address: Milwaukee Federal Building and Courthouse, 517 E. Wisconsin Ave., Milwaukee, Wisconsin, 53202, United States
Zip Code: 53202
 
Record
SN04977854-W 20180705/180703230743-6db738d738729e989a3082402abc2a69 (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.