Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

Y -- Design Build Operations and Administration Building, ISC Seattle

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue Room 2664, Seattle, WA, 98174-1011
 
ZIP Code
98174-1011
 
Solicitation Number
DTCG50-04-R-643AF7
 
Response Due
5/5/2004
 
Archive Date
6/30/2004
 
Point of Contact
Anita Repanich, Contracting Officer, Phone 206-220-7426, Fax 206-220-7390, - Margaret Wilson, Contracting Officer, Phone (206) 220-7424, Fax (206) 220-7390,
 
E-Mail Address
Arepanich@pacnorwest.uscg.mil, MWilson@pacnorwest.uscg.mil
 
Description
U.S. Coast Guard Facilities Design and Construction Center Pacific anticipates award of a Firm-Fixed-Price Design-Build contract for the design and construction of a new operations and administration building at USCG Integrated Support Command (ISC) Seattle, Washington. The scope of work includes all architectural and engineering design, construction, and other related services necessary to provide a fully functional new facility located on government owned property at Pier 36 in Seattle, Washington. The Contractor shall be responsible for completing the final architectural-engineering design of the building and associated interior furnishings and exterior site work. The Contractor will be furnished with conceptual (10%) design drawings indicating space layouts, program requirements and performance specifications by the Government and then proceed with completing the building and site designs through the 100% design level. The Contractor shall be responsible for constructing the project in accordance with the approved design. The new building will be approximately 56,000 gross square feet with four floors, founded on either piling or stone columns. Mechanical and electrical systems include HVAC with DDC, plumbing, fire protection, power, lighting, telecommunications, fire detection and alarm. Portions of the building interior shall be designed and constructed to meet DCID 1-21 accreditation standards. The Contractor shall provide interior systems furniture plans, designed and coordinated with the building construction. An interior designer currently holding a Professional level membership in the America Society of Interior Designers shall select all interior systems and finishes. The interior designer shall coordinate interior systems and finishes with a lighting designer currently holding a Member grade membership in the Illuminating Engineering Society of North America. Sitework includes demolition of pavement, removal of an underground storage tank, removal of a modular building, site utilities, grading, paving, and landscaping. The design proposals shall incorporate energy efficient design and construction and shall include sustainable design features sufficient to obtain a ?silver? rating by the U.S. Green Building Council LEED Green Building Rating System 2.0. Design and construction shall be accomplished within a total 26-month performance period after date of award. The estimated price range of this project is between $10,000,000 and $20,000,000. The USCG will be utilizing a two-phase Design-Build selection procedure. The Phase One solicitation will be distributed solely through the Federal Business Opportunities (FedBizOpps) web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitation document will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition, and are encouraged to register in the Interested Vendors List in FedBizOpps for this project. This notice is not a request for proposals. For consideration on this project, the offeror, at a minimum, must be a firm or joint venture with experience, individually or as a member of a team, in successfully and satisfactorily completing a project of similar size and scope, not necessarily design-build. For the design member of the design-build team, the Architect-Engineer firm or the principal or lead A-E firm of a joint venture, must have an existing active office, which will have responsibility for the plans and specifications, located within the Seattle metropolitan area. The design of the architectural, structural, mechanical, electrical, civil, life safety, security electronics or other engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered in the State of Washington to practice in the particular professional field involved. Participation by small, small-disadvantaged, HUBZone, small woman-owned, small veteran-owned, and small service-disabled veteran-owned businesses is also encouraged. The successful offeror, if other than a small business, will be required to submit an acceptable small business subcontracting plan in accordance with FAR 19.7. The Phase One solicitation will be available for download in FedBizOpps on or about 5 April 2004. The Phase One proposal due date will be identified in the Phase One solicitation. The Phase One solicitation will provide the scope of work, evaluation factors (Past Performance, Capability to Perform, Specialized Experience and Technical Competence, and Technical Approach) and submission information for interested Design-Build firms to prepare their Phase One qualification proposals. Phase One qualification proposals will be evaluated to determine the top firms who will be selected as offerors for Phase Two. The number of Phase Two offerors will be limited to no more than five. Phase Two participants will submit competitive past performance, technical, small business and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors (Past Performance, Proposed Technical Solutions, Proposed Organization and Key Personnel, Management and Scheduling Approach, Small Business Subcontracting, and Quality Assurance and Quality Control) are considered approximately equal to price. The Coast Guard will make a best value award determination and reserves the right to make cost-technical tradeoffs which the Contracting Officer determines are advantageous to the Government.
 
Place of Performance
Address: ISC Seattle, Seattle Washington
Zip Code: 98174-1011
Country: USA
 
Record
SN00550294-W 20040321/040319211601 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.