Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2022 SAM #7463
SOLICITATION NOTICE

Z -- Z--Construction - renovation of building 19 first floor at Moffett Field, CA

Notice Date
5/5/2022 10:25:16 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
 
ZIP Code
95819
 
Solicitation Number
140G0322R0003
 
Response Due
6/24/2022 12:00:00 PM
 
Point of Contact
Caravelli, Jeffrey, Phone: 916-278-9341, Fax: 916-278-9339
 
E-Mail Address
jcaravelli@usgs.gov
(jcaravelli@usgs.gov)
 
Description
Construction - renovation of building 19 first floor at Moffett Field, CA The U.S. Geological Survey (USGS) intends to renovate the first floor and a portion of the basement of building 19 at NASA Ames Research Park, Moffett Field, CA as part of USGS' broader Menlo-to-Moffett relocation effort. The first floor is approximately 55,000 gross square feet (GSF) and has an intended use as office space. The second floor was abated and renovated in 2018/2019 at approximately 45,000 GSF and sets the overall basis and theme for design of the first floor. Program elements will be very similar, but the first floor will include additional elements beyond standard office space such as media rooms and larger conference facilities. Asbestos and lead paint abatement will be required, and the property is historically significant. The scope of this acquisition is to contract with a Construction Manager as General Contractor (CMGC) to provide design phase services (such as constructability review, cost estimation validation, etc.) beginning with the 65% design submission, and optionally to renovate the facility when design is complete. USGS has contracted with a separate Architect/Engineer (A/E) firm that is responsible for developing complete design and construction documents for the project. The A/E on this project is AECOM. We are at the conceptual design phase and approaching 35%/schematic design. The scope of this effort does not include commissioning or special inspections. The period of performance is expected to be approximately six months for design-phase services and eight months for construction, some of which may overlap if there is one or more early work packages, such as demolition/abatement. Targeted occupancy is not later than September 2023. The estimated magnitude of construction is more than $10M. The Construction Wage Requirements Statute (prevailing wage, formerly Davis-Bacon Act) will apply to the construction portion of this project. The successful contractor will be required to obtain performance and payment bonds before being given the notice to proceed with construction. We intend to solicit competitive proposals in accordance with the procedures of Federal Acquisition Regulation (FAR) Parts 15 (Contracting by Negotiation) and 36 (Construction and Architect-Engineer Contracts). The contract will have two components: a firm-fixed-price for design-phase services, and a not-to-exceed price for the optional construction phase. The construction option may only be exercised at a firm-fixed-price. There will be a shared savings incentive, such that if the construction option can be exercised below the not-to-exceed price, the parties will share in the savings 50/50, with the contractor's share obligated to the contract as a separate line item payable upon project completion. The applicable product/service code is Z2AA, Repair or Alteration of Office Buildings. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, size standard $39.5M. This acquisition is unrestricted. Prospective contractors do not need to respond to this presolicitation notice. Questions or concerns should be submitted to the Contracting Officer, Jeff Caravelli, jcaravelli@usgs.gov. END
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a91d03fd5f4e6182a662b40452b256/view)
 
Record
SN06318508-F 20220507/220505230104 (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.