Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOLICITATION NOTICE

Z -- Clarksburg Courthouse Modernization- Phase 1 Design-Bid-Build

Notice Date
9/19/2022 5:57:24 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
ClarksburgCourthousePhase1
 
Response Due
10/4/2022 10:00:00 AM
 
Point of Contact
Ching Hung
 
E-Mail Address
ching.hung@gsa.gov
(ching.hung@gsa.gov)
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY.�� The General Services Administration (GSA) Public Building Services (PBS), located in the Region 3, Philadelphia, PA, is seeking a contractor that is capable of furnishing all management, supervision, quality control, subcontractors, consultants, labor, materials, supplies, and equipment in order to provide design-bid build services for the Phase 1, Clarksburg Courthouse Modernization Project located in Clarksburg, WV. The contractor must be able to meet all of the performance requirements of the GSA and its clients the U.S. Courts and U.S. Marshals Service (USMS).� The GSA intends to issue a request for proposal for this work.� The Clarksburg Building is located at 500 West Pike Street, Clarksburg, WV 26301. The building was constructed in 1932 and it was built to house a post office and mail sorting facility on the first floor, and to serve as a district courthouse on the upper two floors. The first floor Annex addition was constructed in 1972 increasing the building to a total of 76,455 square feet. The building is located in the Clarksburg Historic District and is listed on the National Register of Historic Places. The National Historic Preservation Act (NHPA) mandates that modifications that impact the building architectural character are to comply with the NHPA�s provisions. � This project will include the following: -Construct a new courtroom, new judge�s chambers, and all related support spaces on the 1st floor, including related structural work. -Perform some limited modifications to the existing USMS space to accommodate the new 1st floor Courts spaces. -Construct new public restrooms on the 1st floor. -Reconstruct part of the north exterior wall of the annex to allow the installation of windows. -Extend an existing elevator shaft running between the basement and the first floor up to the 2nd and 3rd floors. -Replace the existing elevator cab with a new passenger elevator cab for use by the judges and judicial staff. -Construct restricted-access corridors for judges� use at the 2nd and 3rd floor elevator entrances. -Construct a new hoistway for a future elevator to transport prisoners from the basement to the first floor. -Construct a mechanical penthouse and a mechanical equipment platform on the annex roof. -Extend the existing fire stair at the north side of the building up to the roof to bring the building into compliance with section 3.3.7.3 of GSA P100 which requires an interior permanent stair to allow access to roof-mounted equipment. -Replace a limited number of existing windows with new blast�resistant windows. The estimated cost of construction for this project is between $15 to $20 million.� This requirement is not set aside. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction and the Small Business Administration size standard of $39.5 million dollars in annual receipts averaged over the last three (3) completed fiscal years. The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1-Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR15.101). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. For this procurement, the technical evaluation factors when combined will be more important than price.� GSA anticipates issuing the Request for Proposal (RFP) within the next 15 days or more with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the�https://sam.gov�website.�� There is expected to be a site walk-through. Information and details will be posted on the https://sam.gov.� Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://sam.gov�or by contacting the SAM Service Desk at�https://www.fsd.gov.�� The solicitation and associated information will be available from the�https://sam.gov�website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned�https://sam.gov�posting. Offerors will not be reimbursed for proposal expenses.�� Several solicitation documents will be posted as ""Locked"" packages in the�https://sam.gov�posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the�https://sam.gov�website, under the ""Getting Started"" tab.�� Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments. DISCLAIMER:�The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source.� Amendments, if/when issued, will be posted to the�https://sam.gov�website for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ec4ea5a0d614e6d98eb4e30e40ec53e/view)
 
Place of Performance
Address: Clarksburg, WV, USA
Country: USA
 
Record
SN06470527-F 20220921/220919230117 (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.