SOLICITATION NOTICE
Z -- US Probation Office Renovation Grand Forks, ND
- Notice Date
- 3/26/2020 2:17:03 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R8 LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- EQ8PCS-20-0023
- Response Due
- 4/6/2020 11:01:00 PM
- Archive Date
- 04/22/2020
- Point of Contact
- Dylan T. White, Phone: 3032361084, Miriam Babcock, Phone: 3032362089
- E-Mail Address
-
dylan.white@gsa.gov, miriam.babcock@gsa.gov
(dylan.white@gsa.gov, miriam.babcock@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a presolicitation notice for the General Services Administration, Public Buildings Service, Rocky Mountain Region (Region 8). This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is exclusively to publicize information about the project opportunity for design and construction services required to build out approximately 2,000 square feet of office space for the U.S. Probation Office at the Ronald N. Davies Federal Building & U.S. Courthouse. Summary of Anticipated Scope:��The scope of work is anticipated to require full design and construction services to build out approximately 2,000 square feet at the Ronald N. Davies Federal Building & U.S. Courthouse, 102 North 4th Street, Grand Forks, ND 58203-3738.� The Ronald N. Davies Federal Building & U.S. Courthouse is listed in the National Register of Historic Places.� Construction is expected to include the build out of approximately six offices and space uses for functions such as conference rooms, storage rooms, restrooms, janitorial closets, waiting/processing areas, and interview rooms.� Design and construction disciplines may include activities such as architectural and interior design, structural mechanical, HVAC, fire protection, commissioning and TAB, historic preservation, electrical, and plumbing. Considerations must be given to the possibility of irregular work hours to accommodate the schedule of building occupants and the Courts. NAICS:��The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5 million. Subcontracting:��In accordance with FAR subpart 52.219-14, the prime contractor must perform at least 15 percent of the cost of the contract. Set-Aside:��The project requirement is expected to be set aside for small business concerns. Proposed Solicitation Number:��The solicitation number for this requirement will not be assigned until a request for proposal / solicitation has been posted on Contract Opportunities through the Government Point of Entry (GPE). The solicitation number will begin with 47PJ0020R, but the four digit serial number has not yet been assigned for the requirement. This presolicitation notice will be amended to provide information on the appropriate solicitation number once posted to Contract Opportunities. This presolicitation notice will be linked to the associated solicitation once posted to Contract Opportunities. Bonding:��Performance and payment bonds are required if the construction contract exceeds $150,000 (see FAR subpart 28.102). A bid guarantee�will be required as part of the proposal see FAR subpart 28.101). Estimated Magnitude of Construction:��The Government estimates the magnitude of construction to be between $500,000 and $1,000,000 for design and construction services. Period of Performance & Project Schedule:��The project schedule below is for informational and planning purposes only and is subject to change upon release of the solicitation.�The anticipated project schedule has been updated. Release of Solicitation:� 04/10/2020 Tentative Site Visit Date:� 04/23/2020 Proposal Deadline:� 05/12/2020 Contract Award:� 06/16/2020 Estimated Design Duration:� 3 months Estimated Construction Duration:� 4 months Estimated Closeout & Turnover:� 1 month Site Visit Information:��Region 8 intends to hold a site visit at the Ronald N. Davies Federal Building & U.S. Courthouse on April 9, 2020. Interested contractors will need to coordinate in advance with the Region 8 point of contact listed in the solicitation document. The tentative site visit date is subject to change upon release of the solicitation. Document Availability:��The solicitation will be available for electronic download from the Contract Opportunities domain located at the web address beta.sam.gov. Information that includes sensitive but unclassified (SBU) building information will only be available upon request from interested offerors. All SBU information must be managed in accordance with the appropriate encryption and security protocols. Information on Proposal Submission:��The Government plans to conduct a competitive negotiated acquisition after the exclusion of sources. The acquisition will be a total small business set-aside. The Government will use the source selection procedures in FAR Part 15 to evaluate proposal packages. Specifically, the Government will use the best value continuum concept. The best value continuum concept evaluates past performance, technical factors or non-price factors, and price through a tradeoff process and other procedures described in the solicitation. The Government reserves the right to make award without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may�evaluation and make a final decision for award solely on the basis of the initial proposal submitted by offerors. Furthermore, the Government may determine acceptability of a proposal based on the initial proposal submitted by offerors. Offerors will be required to submit a technical proposal package and price proposal package. The Government may establish a competitive range comprised of the most highly rated proposals. Generally, a competitive range consists of those proposals that�have a reasonable chance for selection of award. The competitive range may also exclude highly rated proposals that may otherwise be included in the competitive range if it is necessary to achieve efficiency in competition among the most highly rated proposals. The Government reserves the right to establish a competitive range of one if it is clear from the initial evaluation process which proposal represents the best value to the Government. In the Government's evaluation of proposals, the non-price factors, when combined, are approximately equal in importance to price. The Government intends to evaluate the following non-price factors:� past performance, relevant experience on similar projects, project schedule, and quality of price details. Generally, a similar project includes aspects that are similar to the design-build statement of work for the U.S. Probation Office Renovation such as design-build project delivery, projects where the offeror acted as the prime contractor or a major subcontractor, renovations and improvements in historic buildings, and projects of a similar dollar value. The definition of similar project will be further defined in the solicitation document released with the RFP. The Government may request evidence of adequate bonding capacity as a go/no-go (pass-fail) factor. The evaluation criteria described in this presolicitation notice is for informational and planning purposes and may be subject to change prior to the release of the solicitation. Analysis of pricing for submitted proposals may utilize any reasonable techniques available to determine the price is both fair and reasonable. For instance, any of the proposed techniques in FAR subpart 15.404-1 may be used to analyze pricing. The Government reserves the right� to evaluate the price realism of any selected successful offer prior to award of a contract. Requests for Information:��Interested contractors are encouraged to submit any requests for information directly to the Government points of contact shown in the Contract Opportunities notice. Please be aware that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project, requirements, solicitation, and contract documents. Other Information:��If a solicitation is released for the need described above, then all interested firms will be required to register in the Government's System for Award Management (SAM) prior to submitting a proposal. The information provided in this presolicitation notice shall not be construed as a request for proposal nor as a commitment by the Government. Information is to be provided on a voluntary basis. No reimbursement of direct or indirect costs or charges, including postage and shipping, or any other costs will be made as a result of the submission of information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4c1745a0a2174d92ab7e50f5a3d8ad80/view)
- Place of Performance
- Address: Grand Forks, ND 58203, USA
- Zip Code: 58203
- Country: USA
- Zip Code: 58203
- Record
- SN05601483-F 20200328/200326230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |