Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

Y -- Construction of new U.S. Coast Guard Headquarters Building, Washington, DC

Notice Date
3/10/2009
 
Notice Type
Presolicitation
 
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, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P09MKC0051
 
Point of Contact
Bonnie E Echoles,, Phone: (202) 708-6190, Bonnie M Echoles,, Phone: (202) 708-6190
 
E-Mail Address
bonnie.echoles@gsa.gov, bonnie.echoles@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Description: The General Services Administration announces an opportunity for Design and Construction Excellence in Public Buildings. GSA anticipates using funds from the pending FY 2009 Omnibus Appropriations Act for this project. [Subject to the Availability of Funds]. Project Summary: The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in public architecture, engineering and construction through a Design-Build contract, which shall include the performance of architectural/engineering services, based on bridging-design documents, in accordance with GSA quality standards and requirements, for the new Department of Homeland Security’s (DHS) U.S. Coast Guard (USCG) Headquarters facility, including a 990 space parking structure, at the West Campus of St. Elizabeths, in Southeast Washington, D.C. As required by law, the facility will meet federal energy goals, including the new standards mandated by EPAct 2005, the Architecture Barriers Act Accessibility Standards, and specified security requirements. The project will meet LEED®-NC Silver rating requirements. The USCG Headquarters project will be located on the site of St. Elizabeths, a National Historic Landmark, and former mental health hospital that was previously operated by the United States Department of Health and Human Services (HHS). The St. Elizabeths Campus is located on Martin Luther King, Jr. Avenue in the Anacostia neighborhood of Southeast Washington, D.C. The West Campus and a portion of the East Campus have been selected to meet the operational housing needs for the DHS. The West Campus, a 176-acre site, is situated on the “topographic bowl” of the District of Columbia and offers panoramic views of the city. The campus contains 62 historic buildings, 134 character defining landscape features and a historic cemetery, in which soldiers from the Civil War era, as well as former patients, are interred. Prospective Offerors’ experience must include, but is not limited to, work performed on historic sites, with the National Historic Preservation Act’s Section 106 Process, and within campus settings. The estimated cost for the design-build delivery of the USCG Headquarters and related infrastructure upgrades is between $300,000,000.00 and $400,000,000.00. The USCG Headquarters is expected to be approximately 1,100,000 gross square feet (GSF) and will meet high performance green building design criteria.. The GSA is the lead federal agency for the delivery of this facility. The design-build scope of work includes architectural, engineering, construction, security, commissioning and other related services necessary to construct the new USCG Headquarters building. Related services include, but are not limited to, site planning and infrastructure, geotechnical evaluation and monitoring, archaeological monitoring, permitting, testing and inspection during construction, commissioning and potential additional geotechnical analysis of the site. The design will conform to GSA Design and Construction Excellence requirements. Preliminary consultations have taken place, and are ongoing, with the National Capital Planning Commission, the Commission of Fine Arts, the State Historic Preservation Office, and various other reviewing agencies in the metropolitan area for the current bridging design. Additional submissions will be required by the Contractor to secure final design approvals. Procurement Strategy: GSA intends to award a firm-fixed-price Design-Build Contract based on completed bridging design documents for the new USCG Headquarters to be located in Washington, DC, pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures, FAR Subpart 36.3, Source Selection Procedures, FAR subpart 15.3, and the GSA Design Excellence Program. For this contract award process, GSA will issue two Solicitations in sequence: 1) Phase One, and 2) Phase Two. The Phase One procedure (which is analogous to a Request for Qualifications (RFQ)) is designed to select a “short list” of the most highly qualified Offerors who will be requested to submit Phase Two proposals (the short list will be published in FedBizOpps). All responsible sources may submit a Phase One Proposal. A maximum of five (5) Design-Build entities (herein referred to as “Offerors”) will be selected to participate in Phase Two (analogous to a Request for Proposals (RFP)). In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors. Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the phase two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the remaining phase of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with Part 15, and include phase-two evaluation factors, developed in accordance with 15.304. Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions. The RFQ will be issued electronically on or about March 23, 2009, on the Internet at: http://www.fedbizopps.gov/. GSA has engaged Perkins+Will (P+W) and its professional consultants of Chicago, IL and Washington, D.C. for the preparation of architectural, engineering and landscaping bridging design documents. P+W is also preparing site studies, project specific design criteria and building program, and is assisting with portions of the Design-Build solicitation (RFP). Opportunities for Other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor, or as a member of a joint venture with other small businesses, or as a subcontractor. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), FAR Subpart 19.702 and FAR Subpart 19.12, an Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, veteran owned small businesses, service-disabled veteran owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. In this procurement, GSA intends to promote contractors’ and subcontractors' use of registered Apprenticeship Programs. Although not mandatory, firms are requested to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bab84c2b32db6d8eb5fafd1fce7b9dae&tab=core&_cview=1)
 
Place of Performance
Address: 2700 Martin Luther King Avenue, SE, Washington, DC 20032, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01765561-W 20090312/090310215144-bab84c2b32db6d8eb5fafd1fce7b9dae (fbodaily.com)
 
Source
FedBizOpps 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.