Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2020 SAM #6887
SOLICITATION NOTICE

Z -- Pacific Highway Design-Build Envelope Upgrade

Notice Date
10/5/2020 1:21:57 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0023
 
Response Due
9/16/2020 3:00:00 PM
 
Archive Date
10/25/2020
 
Point of Contact
Amy Heusser, Phone: 9072713741, Maribeth Bonner, Phone: 503-705-2521
 
E-Mail Address
amy.heusser@gsa.gov, Maribeth.Bonner@gsa.gov
(amy.heusser@gsa.gov, Maribeth.Bonner@gsa.gov)
 
Description
Amendment No. 0002 Posted September 3, 2020 This amendment provides questions and answers to questions received to date.� The cut-off date for questions has passed.� No further questions will be accepted. The due date for offers remains September 16, 2020 at 3:00 PM, Pacific Daylight Time. Offers are to be sent via email to the Contracting Officer, amy.heusser@gsa.gov and Contract Specialist maribeth.bonner@gsa.gov END OF AMENDMENT NO. 0002 Amendment No. 0001 Posted August 21, 2020 This amendment includes pdf attachments as described on page 11 of the Statement of Work Document titled �Design-Build Statement of Work Project Name Pac Highway Envelope Restoration Project� into this solicitation and resulting contract. This amendment adds an additional core document to list of documents found on page 11 of the Statement of Work.� This additional core document is titled: ��Land Port of Entry Design Standards December 2018�. The four (4) GSA Region 10 Guidelines referenced on page 11 of the Statement of Work Document for this solicitation are attached as pdf documents.� A list of companies who provided representatives for the Site Visit held on August 18, 2020 and the Virtual Pre-Proposal Conference held on August 20, 2020 are posted with this amendment. The due date for offers remains September 16, 2020 at 3:00 PM, Pacific Daylight Time.� Offers are to be sent via email to the Contracting Officer (amy.heusser@gsa.gov) and Contract Specialist (maribeth.bonner@gsa.gov). END OF AMENDMENT NO. 0001 ADDITIONAL REQUIREMENTS FOR SITE VISIT AND TO ATTEND SITE VISIT: Posted 8/10/2020 OFFERORS/ATTENDEES MUST REQUEST PERMISSION TO ATTEND SITE VISIT.� Site Visits will be scheduled beginning at 10:00 AM on August 18, 2020.� Site Visits will be scheduled throughout the day on August 18 and continue on August 19, 2020 if required.� Site Visits will be scheduled on a �first come� basis by the Contracting Officer (CO) and Contract Specialist (CS).� Allow 2 hours for the site visit.� Persons who have not received confirmation for attendance for a site visit from the CO or CS, will not be allowed to participate. A maximum of 6 attendees will be allowed for each site visit for this solicitation.� Offerors must request permission to attend a site visit via email to the Contracting Officer and Contract Specialist.� amy.heusser@gsa.gov and maribeth.bonner@gsa.gov. Attendees must comply with all OSHA and CDC guidelines when attending in-person site visits. See applicable information at: https://www.osha.gov/ and https://www.cdc.gov/. ��Any person showing visible signs of an illness, may not be allowed to participate in the site visit. COVID-19 requirements:� The GSA Administrator has issued a directive regarding face covering requirements for the Federal Buildings as follows: ""The Centers for Disease Control and Prevention (CDC) recommends wearing cloth face coverings in public settings where social distancing measures are difficult to maintain, especially in areas of significant community-based transmission.� Consistent with the CDC's recommendations, the individuals listed below are required to wear, at a minimum, cloth face coverings: (1) to gain access to property under the jurisdiction, custody, or control of GSA (GSA controlled facilities); and (2) while in GSA-controlled facilities and recommended social distance measures are difficult to maintain.� The Guidance applies to all:� GSA Contractors, All other individuals transacting business with or visiting GSA employees or GSA contractors while on or in GSA-controlled facilities.� A cloth face covering should extend above the nose without interfering with eyewear, and below the chin to cover the mouth and nostrils completely.� It should fit snugly but comfortably against the sides of the face and be secured (e.g., by being tied in place or with ear-loops).....""� CDC Guidance on use and instructions...may be found here:��https://www.cdc.gov/coronavirus/2019-ncov/prevent-getting-sick/diy-cloth-face-coverings.html."" END OF SITE VISIT NOTICE SOLICITATION NOTICE POSTED 08/03/2020 Request for Qualifications (RFQ) for a Design�Build (DB) contract for Pacific Highway LPOE Envelope Upgrade in Blaine, WA. This solicitation is a Design Build�2 Phase solicitation.�Solicitation Notice posted 8/3/2020 is Phase 1; Request for Qualifications Phase 1 Solicitation and associated documents are posted with this notice.� This solicitation contains Sensitive But Unclassified Documents (SBU).� To obtain access to these documents, see attachment titled �SBU Policy and Procedures�, for information regarding SBU documents and instructions to obtain SBU documents.�Send completed SBU request to amy.heusser@gsa.gov; cc maribeth.bonner@gsa.gov SITE VISIT:� Site Visita will be held August 18, 2020 beginning at 10:00 AM (Pacific Daylight Time) at the Pacific Highway LPOE Station.� To obtain permission to attend the site visit, see solicitation document, item I.E. Pre-Proposal Conference and Site Visit;�and follow the instructions.� PRE-PROPOSAL CONFERENCE:� A Pre-Proposal Conference will be held virtually on August 20, 2020 at 9:00 AM (Pacific Standard Time).� To obtain access to the pre-proposal conference, , see solicitation document, item I.E. Pre-Proposal Conference and follow the instructions.� QUESTIONS:� All questions are to be submitted via email to the Contracting Officer, Contract Specialist and GSA Project manager via email on or before August 28, 2020 at 3:00 PM (Pacific Standard Time)..� Email: amy.heusser@gsa.gov; maribeth.bonner@gsa.gov; shawn.duffee@gsa.gov.� Questions will be answered in the form of an amendment to the solicitation and posted to beta.SAM.gov website.� The amendment will be posted as soon as possible after August 30, 2020.� It is the offerors� responsibility to monitor the beta.SAM.gov website to obtain the amendment.� PROPOSAL CONTENTS, FORMAT and REQUIREMENTS are stated in the solicitation document, item II.A. Proposal Contents, II.B.Proposal Format, II.C. Technical Proposal, NOTE:� Only electronic submissions will be accepted and must be received at the above email address by the closing date and time specified in the solicitation.� Offerors must include the Solicitation Number, Project Title, and �Source Selection Sensitive� in the Subject Line of the email.� See item I.H. Receipt of Qualifications in the Solicitation document. OFFERS DUE:� The due date for offerors (qualifications for Phase 1 of the solicitation) is due on September 16, 2020 by 3:00 PM (Pacific Daylight Time).� via email to amy.heusser@gsa.gov; cc maribeth.bonner@gsa.gov� END OF SOLICITATION NOTICE Pre-Solicitation Notice - Posted 7/17/2020 Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Public Buildings Service (PBS) seeks to commission our nation�s most talented architects, landscape architects, interior designers, engineers, and construction professionals to design and construct federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, functionality, constructability, durability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. In this context, GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural�Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation or Executive Order, all facilities will meet Federal energy goals, security requirements, and achieve at least a LEED Gold certification. GSA intends to issue a Request for Qualifications (RFQ) for a Design�Build (DB) contract for Pacific Highway LPOE Envelope Upgrade in Blaine, WA. SYNOPSIS: � The General Services Administration (GSA), Region 10 announces an opportunity for Design-Build for the Pacific Highway LPOE Envelope Upgrade in Blaine, WA.� Interested parties are encouraged to register through beta.SAM.gov website using the ""Add Me to the Interested Vendors"" link on the website (https:beta.SAM.gov).� Vendors are also encouraged to register to receive notices about this announcement by using the ""Interested Vendors"" link on the website.� NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors. � The Solicitation will be all electronic including amendments.� All documents will be posted on the electronic beta.SAM website at: https:beta.SAM.gov, with secure access required for Sensitive but Unclassified Building documentation.� Access requirements will be provided in the Solicitation. PROJECT BACKGROUND/DESCRIPTION:� The Pacific Highway (Hwy) Land Port of Entry (LPOE), located in Blaine WA, sits on an 11.8 acre site and consists of two buildings � the Auto/Bus and the Commercial/Warehouse buildings. The Port, which was expanded and renovated in 1999, is the main commercial port of entry between the State of Washington and British Columbia, Canada, and is operated by US Customs and Border Protection (CBP). The LPOE facilities house several different Federal agencies responsible for protecting the border and facilitating border crossings. The LPOE operates 24/7/365. The Auto/Bus building is a single-story automotive and bus processing building with 30,418 gross square feet (GSF). The Commercial/Warehouse building is a three-story commercial inspection and administration/head-house building, with an attached single- story Warehouse wing/building. The Commercial/head-house building and the Warehouse were originally constructed as separate buildings in 1999; however, a subsequent project, completed in approximately 2005, connected the two structures via a multi-story breezeway. The Commercial/Head-house building totals 67,013 GSF, and the Warehouse is estimated at 19,700 GSF. PROJECT SCOPE:�� Almost immediately after construction completion and initial occupancy in 1999, the facilities started exhibiting signs of moisture infiltration and resultant water damage to varying degrees through the exterior envelopes of each of the Port�s buildings. As a result, GSA Region 10 has conducted several successive investigations and studies, along with some limited/spot repairs, over the ensuing years to document the infiltration and to determine possible root causes. The culmination of these efforts was a Project Development Study (PDS) that was completed in early 2016, the end result of which is this PacHwy Envelope Upgrade project. Previous studies and investigations have revealed the presence of biological growth at the LPOE buildings, including, but not necessarily limited to, within the exterior envelope cavities, windows and doors, and interior surfaces. The Design Build Project intent is to install a new exterior wall system and roof, and improve energy performance, at the LPOE�s two existing buildings; the Auto/Bus and Commercial/Warehouse buildings. The exterior envelope (walls and roof) is to be replaced to stop water intrusion, and the scope involves the deconstruction and reconstruction of exterior walls and roofs, installation of waterproof materials, and improvements to the underlying insulation. While the exterior envelope is repaired, any biological growth encountered is to be handled according to appropriate removal and disposal procedures. This project may, as a result of the envelope repairs, also impact multiple building systems, including but not limited to: electrical; mechanical; plumbing; fire protection; HVAC, adjacent interior walls and finishes; and security (IDS) systems. After envelope repairs are complete, the HVAC system will be tested and re-balanced to reflect the effects of the repaired envelope and provide efficient operations as a result. PROJECT MAGNITUDE: � The Estimated Cost of Construction is between $15,000,000.00 and $20,000,000.00. PROJECT DURATION:� 18 months (Design and Construction) MARKET RESEARCH:� Market Research was conducted by issuance of a Sources Sought Notice via beta.sam.gov under Reference No.: 47PL0120R0023, small business dynamic searches and suggested sources by other professionals. COMPETITION: �Unrestricted This procurement will be open to large and small business firms.� Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12.� An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. � The NAICS for this procurement is 236220 and the Size Standard is $39.5M. PROCUREMENT STRATEGY: � GSA intends to award a firm �fixed price design �build contract pursuant to the Federal Acquisition Regulation (FAR) two �phase design �build selection procedures (FAR Subpart 36.3). For this contract award process, GSA will issue two Solicitations in sequence: Phase 1 and Phase 2, respectively. The purpose of Phase 1 (the Request for Qualifications) is to select the most highly qualified Offerors from Phase 1 to participate in Phase 2 (the Request for Proposals). Once Phase 1 is complete, the Contracting Officer will invite the �short�listed� Offerors to submit Phase 2 proposals. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase 1 �short�list� on beta.SAM.gov. Maximum Number of �Short�Listed� Offerors: The Contracting Officer will select a maximum of three (3) of the most highly rated Offerors to proceed to Phase 2. Phase 2 of the solicitation is prepared in accordance with FAR Part 15 and include the Phase 2 evaluation factors, developed in accordance with 15.304. Phase 2 solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with Part 15. Stipend: In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend to Offerors not selected for award of the resulting contract.� Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for a stipend. For the avoidance of doubt, no stipend is paid during Phase 1. At the conclusion of Phase 2, GSA intends to award a contract to a single Offeror for all design and all construction services. In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors.� Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the Phase Two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the Phase Two of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include Phase Two evaluation factors, developed in accordance with FAR 15.304.� Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions. CONTRACT AWARD: GSA R10 contemplates awarding a Firm Fixed Price (FFP)� type contract as a result of the forthcoming solicitation. � SOLICITATION ISSUE DATE (ESTIMATED):� The RFQ� will be issued electronically on or about July 31, 2020 on the internet at: https:beta.SAM.gov/. CLOSING DATE:� The estimated closing date for receipt of Phase I submittals will be September 16, 2020.� THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. Contracting Office Address:� 400 15th Street SW Auburn, Washington 98001-6599� Place of Performance: Pacific Highway LPOE Blaine, WA Primary Point of Contact:� Amy Heusser Contracting Officer Amy.heusser@gsa.gov Phone: 907-227-8741 � Secondary Point of Contact:� Maribeth Bonner Contract Specialist Maribeth.bonner@gsa.gov Phone: 503-705-2521
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1609555f9b3740779ae5b4319610c6e5/view)
 
Place of Performance
Address: Blaine, WA 98230-9242, USA
Zip Code: 98230-9242
Country: USA
 
Record
SN05818854-F 20201007/201005230140 (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 |
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.