Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOLICITATION NOTICE

Z -- DOC A Phase 2D Tenant Build Out, St Elizabeths West Campus, SE Wash., DC

Notice Date
2/22/2022 5:06:26 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R11 CONSTR CTR 2 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
47PM0021R0009
 
Response Due
3/11/2022 12:00:00 PM
 
Archive Date
06/30/2022
 
Point of Contact
Bonnie E Echoles, Phone: 202-441-2912
 
E-Mail Address
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
02/22/2022:� 1.� Issuance of Amendment 0002 to exend the proposal receipt date to March 11, 2022. 02/16/2022:� 1. The INTERESTED VENDORS LIST has been activiated.� 2.� The Attendance Sheet from the MANDATORY Site Visit/Pre-Proposal Conference�held at 1:00PM EST on 02/10/2022 has been uploaded FOR INFORMATION ONLY.� 3.� REMINDER:��All Requests for Information (RFIs) must be received by 3:00PM EST on February 17, 2022,�and addressed to bonnie.echoles@gsa.gov and thomas.wong@gsa.gov. ----------------- Total Small Business Set-Aside (FAR 19.5) The General Services Administration (GSA) hereby issues a Request for Proposals (RFP) for construction services for the DHS OPERATIONS CENTER (DOC A) PHASE 2D OPERATIONS CENTER BUILDING of the Department of Homeland Security (DHS) at the St. Elizabeths Hospital site in Anacostia, DC. Project Description: The DHS Operations Center (DOC A) Phase 2D includes several major construction elements relating to the remaining tenant fit-out of the DHS consolidated Operations Center facility (DHS Operations Center (DOC A) Phase 2D is currently finished with construction. The operations center building consists of three (3) stories below grade. Located adjacent to the United State Coast Guard Headquarters (USCG HQ - Munro Bldg.), the remaining tenant fit-out work will finish spaces designated for the DHS components and required to support the DHS mission at the St. Elizabeth�s campus. The St Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. The site, located one mile east of DC on Martin Luther King Boulevard, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases are planned in total, with a phasing summary as follows: Phase 1 � new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf) [awarded September 2009] Adaptive reuse of historic buildings for DHS at 179,250 gsf; Phase 2 � The Center Building for DHS, Central Utility Plant and DHS Operations Center, a mix of new construction and adaptive reuse projects along with FEMA Headquarters at 1.7 million gsf and Phase 3 � a combination adaptive reuse and new construction for Customs and Border Protection (CBP), Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA) and DHS (1,398,150 gsf). The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all final construction to meet General Services Administration (GSA) and client agency requirements. The GC will perform the construction in accordance with the design specifications, drawings, and the provisions and terms and conditions of the contract. North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction and the Size Standard is $39.5 million. The estimated construction cost range is between $10 - $20 million. The Construction Performance Period shall not exceed 335 days from Notice to Proceed to Substantial Completion. This solicitation is TOTAL set-aside for small business concerns in accordance with FAR 19.5. All responsible small business sources may submit a technical proposal and a price proposal, which will be considered by the agency. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability based solely on the initial proposal submitted. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Proposal submission instructions will be included under the RFP. Only one proposal may be submitted by each offeror. This requirement is being competitively procured using the Lowest Price Technically Acceptable (LPTA) method. Selection will be made based under FAR 15.101-2 whereby award is based on the technically acceptable proposal with the lowest evaluated price. Tradeoffs will not be permitted, and proposals will be evaluated for acceptability. This project will be awarded as a lump sum, competitively bid contract. The solicitation will require offerors to submit technical and price proposals. Offerors will be required to provide technical capabilities relevant to the requirement�s non-price evaluation factors � bonding capability, experience, past performance, and key personnel. This award shall be based upon the lowest priced offer being deemed technically acceptable. The General Services Administration will only make the RFP available electronically. Interested parties may download their own copy of these documents. These documents will be in .pdf format. It is the offeror's responsibility to monitor this website for the release of any amendments and to download their own copy of any amendments. This site provides instructions for downloading the amendment file(s). Licensed general contractors are invited to respond to this Notice by emailing a copy of their technical and price proposals to the Contracting Officer, bonnie.echoles@gsa.gov, by the proposal due date. The technical proposal should be organized to correspond with the non-priced evaluation factors. There will be a MANDATORY Site Visit/Pre-Proposal Conference for General Contractors on Thursday, February 10, 2022, at 1:00pm EST at the St Elizabeths West Campus located at 2701 Martin Luther King Jr Ave., SE Washington, DC 20032. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in amendments to the solicitation. The general nature of this proposed contract will be discussed at this conference. All requests for Site Access must be received by 3:00PM EST on Friday 02/04/2022, and addressed to the attention of the Project Manager.� All Requests for Information (RFIs) must be received by 3:00PM EST on February 17, 2022, and addressed to the Contracting Officer and the Project Manager. Late proposals will be handled in accordance with FAR 52.215-1(c)(3). This project will be solicited as a Total Small Business set-aside. Participants in the SBA Mentor-Prot�g� Program (MPP) and Small Business Joint Ventures receiving approval from the Small Business Administration (SBA) are encouraged to submit as Prime Contractors. Offerors will not be reimbursed for proposal submittal expenses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c51df77b75b46dfaec663edd2cbb663/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN06248270-F 20220224/220222230107 (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.