Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

Y -- CONSTRUCTION CONTRACT FOR THE BUILDING MODERNIZATION PROJECT at the Mary E. Swtizer Building of the GS11-05-MKC0036

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-05-MKC-0036
 
Response Due
5/5/2005
 
Description
The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Building and the intent to issue a Request for Proposal(RFP) for General Construction (GC) Services for the MAry E. Switzer Building Modernization, 330 C Street, SW, Washington, DC. The contract will be a firm-fixed price subject to availability of funds. The Mary E. Switzer Building is eligible for the National Register of Historic Places. The public corridors, elevator lobbies and entrances, limited office suites, fa?ade, and other selective areas are historic. The existing facility contains 591,000 gross square feet with 128 outside parking spaces. The present structure will be completely modernized and new structure will be added to create Two new mechanical penthouses will be constructed. Some existing mechanical space is being converted to offices. Approximately half of the building will be occupied during construction. A high bay mechanical penthouse will be converted to office space by renovation and construction. The work will include complete removal of the existing interior construction including all finishes, existing mechanical and electrical distribution, existing toilet rooms, stairs, elevators, etc. except for portions of the facility that have been identified as historic in nature. The building will be partially occupied during construction and the modernization will occur in two construction phases. The scope of the modernization will include the demolition and rebuilding of the interior space and replacement of all engineering systems: HVAC with complete building automation and control, air-handling, electrical, plumbing, fire and life safety with smoke control system, voice and data, energy-efficient lighting, etc; modernization of the elevators and fa?ade restoration masonry and existing windows. The modernized building's goal is to meet U.S. Green Building Council's LEED Silver certification. The project will also involve "Partnering" and be eligible for GSA Construction Excellence recognition. The GC shall provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate, and assure effective performance of all construction to meet GSA requirements. The project has been designed in metric units. Construction is to be performed in accordance with the design specifications, drawings and provisions of the contract. The solicitation process will utilize source selection procedures in accordance with FAR 15.3. The selection procedure will employ tradeoffs and technical/management factors are significantly more important than price and price related factors. The three technical factors and their weight are described hereinafter. FACTOR 1: Experience (40%) Offerors must demonstrate successful experience as a General Contractor on at least two (2) similar projects completed within the past (8) years. Similar project is defined as a project comparable in nature, type, and complexity meeting all of the following characteristics: (1)The project involved a new building and/or renovations to an existing building that included work on architectural, structural, electrical, mechanical, plumbing, and fire protection systems; and (2) The project required coordination with occupied space in an existing building or an adjacent building and/or a site related building to maintain operations during construction; and (3) The project involved requirements for noise control; and (4) The project involved a restricted site with limited space for material staging plus requirements for maintaining pedestrian and vehicular traffic flow around the site; and (5) The total project construction cost at award of the construction contract(s) was not less than $50 million. The offeror may also demonstrate experience in comparable projects as define in Section L of the Request for Proposal for up to five additional projects. (The government will evaluate up to seven projects related to experience.) FACTOR 2: Past Performance of Offeror and Key Trade Areas (40%), and FACTOR 3: Understanding of Requirements/Management Approach/Subcontracting Plan (20%). This solicitation is open to both small and large business firms under the Small Business Demonstration Test Program. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average "annual receipts" of $28.5 million. Large business firms will be required to submit an acceptable Small Business Subcontracting Plan. The RFP will be available for issuance approximately 4/5/05 and proposals will be due 5/5/05. In accordance with GSA policy, the RFP will be issued electronically via FEDBIZOPPS (www.fedbizopps.gov). The RFP will contain a request for the CD of drawings and specifications in the file titled instructions.doc. Technical proposals will be due 5/5/2005 and price proposals 5/10/05. A pre-proposal conference is currently scheduled for 4/19/05 at 10:00 a.m. in the GSA Regional Office Building Auditorium, 301 7th St., SW, Washington, DC
 
Place of Performance
Address: SW Federal Center bounded by 3rd & 4th Streets, SW, as well as C and D Streets, SW, Washington, DC
 
Record
SN00773616-W 20050324/050322212735 (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.