SOLICITATION NOTICE
Z -- USDA South Building Washington, DC Wing 6: Design/Build Modernization
- Notice Date
- 7/31/2023 7:43:59 AM
- Notice Type
- Presolicitation
- Contracting Office
- USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC FORT COLLINS CO 80521 USA
- ZIP Code
- 80521
- Solicitation Number
- 12314423R0016
- Response Due
- 8/14/2023 10:00:00 AM
- Archive Date
- 08/29/2023
- Point of Contact
- Sean Jordan
- E-Mail Address
-
sean.jordan@usda.gov
(sean.jordan@usda.gov)
- Description
- BACKGROUND The USDA Headquarters (HQ) in Washington D.C. consists of two buildings � the Jamie L. Whitten Building and South Building. The Whitten Building was constructed in 1905 and the South Building was built�between�1930�and 1936. The two buildings are connected by bridges that span Independence Avenue. Both buildings are�listed�on the National Register of Historic Places.� The South Building is USDA�s largest office building. The South Building encompasses approximately 2.2 million gross square feet occupying two (2) city blocks between Independence Avenue and C Street and 12th and 14th Streets, SW. There are six (6) main floors, a Sub-Basement (Ground Level), a Basement, and an Attic. The South Building has seven (7) Wing, connected by a north building section called the Headhouse and a south building section called the Tailhouse. Clustered at the ends of each of the seven (7) north-south oriented Wing are elevators, stairs, toilets, telecom, and electrical closets. In between the Wing are six (6) open courtyards for staff parking, excepting Court 4 which is for shipping and receiving. Courts 1, 2, and 3 have enclosed ramps which lead to the sub-basement level. The courtyards have side doors which allow access into or egress from the building Wing. The building contains special spaces such as the main cafeteria above Court 2, a 478-seat auditorium, a TV studio and a training center in Court 5, a major data center at Wing 4 basement, and a retail zone in the Wing 3 sub-basement. Approximately 33% of the South Building was modernized previously between 1998 and 2011. The Master Plan and the Modernization Concept Plans were completed circa 1995. The previous modernization phases were implemented through the design-bid-build process. Wing 3 modernization was completed in 2000, Wing 4 in 2003, the headhouse offices from Wing 3 through 5 in 2005, Mail Operations Center at Courtyard 4 in 2006, and Wing 5 in 2011. Unlike previous phases, Wing 7 modernization was awarded in September 2022 as a design-build project. It is currently in the design phase, but selective demolition started in July 2023 and is ongoing. The overall project completion date is scheduled for April 30, 2025. Additional information on the South Building can be found in the USDA Facilities Management Division�s office, through the USDA and GSA websites and in the Appendices of this Program of Requirements document. The Government intends to award the Wing 6 D/B modernization in accordance with Two Phase Design-Build methods prescribed by FAR 36.3. The project will be executed through the Design � Build method utilizing a phased approach. The construction phase of Wing 6 Modernization can only begin three months after the completion of Wing 7 modernization, which is currently underway, to allow for tenant moves. Wing 7 is currently scheduled to be completed by 4/30/2025. The design of Wing 6 can begin prior to 4/30/2025. The�work�of�the�Wing�6 Modernization�Project�includes,�but�is�not�limited�to,�the following design disciplines and�their�related�building/�site/ utility systems:� Civil�Engineering� Geotechnical�Engineering� Landscape Architecture� Environmental/�HAZMAT Remediation�Engineering� Life Safety Engineering� Architecture� Historic Preservation� Interior Design� Structural Engineering� Blast�&�ATFP�Engineering� Mechanical�and�HVAC�Engineering� Plumbing�Engineering� Fire Detection�and�Suppression�Engineering� Electrical�Engineering� Information�Technology�Engineering� Telecommunications, Audio-Visual, Security�Engineering� Vertical�Transportation�Engineering� Sustainability� The�Wing�6 modernization�shall�be�USGBC�LEED�Silver�certified�per�LEED�v4�ID+C,�Commercial Interiors. A�preliminary�LEED�Checklist�will be developed�as�a�basis�for�Contractor�work. Contractor and their Designers of�Record�shall�develop�their�Sustainability�approach�to compliance. The�Wing 6 modernization�may�include�spaces�and/or�related�systems�located�in�other�portions of�the South Building�beyond�Wing 6,�such�as�switchgear�rooms, transformer�vaults,�telecommunications, exterior site work,�and�similar.� The heating, ventilation, and air-conditioning (HVAC) systems shall be replaced. Most of the main electrical distribution for Wing 6 including switchgear rooms, and equipment are in the Basement and Sub-Basement and shall be replaced. The Wing 6 Modernization shall include updated interior finishes, plumbing fixtures/risers/laterals, energy efficient lighting systems, updated MEP and Fire Detection and Suppression systems, Telecom and Data upgrades and infrastructure to support the increased population and correct existing deficiencies. Exterior work is limited to the replacement and repair of roof systems, flashings, gutters, exterior masonry parapets repairs and sealant/ backer-rod replacement. Repainting and replacement of sealant around select existing exterior windows and doors and refinishing at the interior surfaces of these exterior components as well as select replacement of exterior windowsills and trim. Exterior masonry repairs are required to mitigate water damage at select locations. The Work shall be planned by Contractor to proceed as efficiently and safely as possible, without disruption to on-going Government occupancy of adjacent building Wing and functions. The areas outside the construction zones shall be kept in clean condition. Protect air quality of adjacent occupied area from being affected by construction activities. Contractor is encouraged to propose innovative means and methods to achieve the full scope of the work in a reasonable time frame. Large scale demolition including activities which generate heavy dust, odor, and vibrations, and Environmental and HAZMAT Remediation work must occur during evening/night and weekend hours. The MEP work shall be phased and completed to prevent service interruptions to other occupied portions of the South Building. The South Building shall remain fully operational 24 hours per day, 7 days per week and 365 days per year. Where MEP systems need to be shut down to perform the Work, if they affect other spaces outside the construction zones, the work shall be conducted in the evenings and during the weekends to minimize disruption to the Government during regular working hours. Where in unique situation, when shutdown of MEP systems needs to occur during regular work hours, such shutdowns shall be scheduled to give the Government as much notice as possible but not less than the amount of time identified in the General Condition of the Contract and/or Division 1 Specification Sections. Ideally, such disruption should be combined with a weekend, involving a Friday and/or a Monday, preferably during a Federal Holiday so that the shutdown does not adversely impact the Government�s work week. Provide means to control spreading of dust outside the construction zones and in the courtyards. In addition to the required restrooms in the Bridging Documents (BD), provide a Family Room on each floor, from Basement to the 6th floor at the northern end of the wing. 2. ADDITIONAL DETAILS 1. This Pre-Solicitation notice, additional information will be provided when the full solicitation is published. 2. The Request for Proposal (RFP) is scheduled to be published before August 31, 2023 on SAM.gov. 3. Phase 1 questions will be due approximately 7 days after the Phase 1 RFP is posted. Phase 1 submissions will be due approximately 14 days after Phase 1 is posted on SAM.gov. 4. The Rough Order of Magnitude (ROM) of this project is between $79 and $90 Million dollars. 5. Solicitation documents will be provided electronically at no charge. 6. This potential award is not anticipated to be restricted to small businesses based on the fact of the size standard for the NAICS code 236220 of $39.5 Million. 7. Contractors interested in this Solicitation shall be added to the Interested Vendors List.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b3b404babe64ee2936b130a71ae9734/view)
- Place of Performance
- Address: Washington, DC 20250, USA
- Zip Code: 20250
- Country: USA
- Zip Code: 20250
- Record
- SN06770007-F 20230802/230731230047 (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 |