Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

Z -- Diana E. Murphy US Courthouse Elevator & Escalator Modernization Project

Notice Date
9/11/2023 8:47:54 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0023R0074
 
Response Due
9/26/2023 1:00:00 PM
 
Archive Date
10/11/2023
 
Point of Contact
Jennifer Styzek, Phone: 3123531214
 
E-Mail Address
jennifer.styzek@gsa.gov
(jennifer.styzek@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The General Services Administration (GSA) Design Excellence Program seeks to commission architects, engineers, and construction professionals to maintain and modernize our legacy federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian federal employees. 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 performance targets and security requirements. The GSA intends to award a Design-Build (DB) contract for the Diana E. Murphy U.S. Courthouse Elevator & Escalator Modernization Project located in Minneapolis, Minnesota, pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures (FAR Subpart 36.3).� The design-build scope of work includes all labor and materials required to provide design, engineering, construction, and other related services necessary to modernize the existing escalators, as well as the passenger and freight elevators. The contractor should also have extensive experience with working in a fully occupied building.� The basic modernization scope items to include, but are not limited to the following: � Solid State drives to replace existing motor generators. � New microprocessor destination based electronic controllers. � Door operators, wiring, safeties � Lighting and fan power reduction � Hoistway refurbishment including hoistway lighting, guide shoes, and roller guides replaced. � New machine room control systems, operating panels, feeder cables � Elevator cab ceilings and lighting systems � Operational safety feature upgrades to comply with current building codes � Machine room piping and roof drain location modification if necessary due to new equipment � New sump pumps or drainage in elevator pits � Hazardous material abatement as necessary � Replacement/refurbishment of all parts of the escalator, while maintaining the existing truss The� DB contract will be procured by competitive negotiation using a two-phase design-build selection procedure (FAR 36.2). A single DB contract will be issued for a revised design concept submission, Design Development Phase, and Construction Documents Phase services, as well as all construction work and any/all required specialty construction work. For this contract award process, GSA will issue a solicitation consisting of Phase I and Phase II, respectively. The purpose of Phase I (the request for qualifications) is to select the most highly qualified Offerors from Phase I to participate in Phase II (the request for proposals). At the conclusion of Phase I, GSA will invite the Short-Listed Offerors to submit Phase II proposals. Phase II proposals will require submission of technical and price proposals, which are evaluated separately in accordance with FAR Part 15. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase I ""short-list"" on SAM.gov. A maximum of three (3) Offerors will be selected to proceed to Phase II. At the conclusion of Phase II, GSA intends to award a contract to a single Offeror for all design and construction services. Options may be presented when the Request for Proposal (RFP) is released.� This contract will be a total small business set aside.� Award is anticipated in June of 2024 with substantial completion anticipated in June of 2027. The estimated cost range is between $10,000,000 and $20,000,000. This is a negotiated, best value procurement.� The contractor is to provide all management, supervision, manpower, equipment and supplies necessary for this project. The Request for Proposal is planned to be issued in September of 2023. Any questions regarding this notification should be directed to the Contracting Officer whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/071e7dd504a0446ab04ef4e4a1cee27c/view)
 
Place of Performance
Address: Minneapolis, MN 55415, USA
Zip Code: 55415
Country: USA
 
Record
SN06826139-F 20230913/230911230102 (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.