Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

Y -- RECOVERY - PRE-SOLICITATION NOTICE OF THE DESIGN-BUILD FOR THE MODERNIZATION OF THE BYRON G. ROGERS FEDERAL OFFICE BUILDING, DENVER, COLORADO.

Notice Date
6/10/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-09-JFC-0010
 
Archive Date
7/11/2009
 
Point of Contact
Dannie Crowder, Phone: (303) 236-8000 x2256, Deborah A Stigen, Phone: 303-236-8000
 
E-Mail Address
danny.crowder@gsa.gov, deborah.stigen@gsa.gov
(danny.crowder@gsa.gov, deborah.stigen@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PRE-SOLICITATION NOTICE FOR DESIGN EXCELLENCE FOR DESIGN-BUILD FOR THE RENOVATION OF BYRON G. ROGERS FEDERAL OFFICE BUILDING, DENVER, COLORADO. PROJECT: RECOVERY. GSA Design Excellence Solicitation for Design-Build Modernization of the Byron G. Rogers Federal Office Building, Denver, Colorado. GSA will be using funds from the American Recovery and Reinvestment Act of 2009 for this project. BUILDING TYPE: Federal Office Building CLIENT AGENCY: General Services Administration - Region 8 Offices SIZE: 494,156 gsf PARKING SPACES: 168 BUDGET: Estimated Construction Cost is between $100,000,000 and $125,000,000 GSA announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Integrated Design in accordance with GSA quality standards and requirements. This high performance green building project will continue the legacy of outstanding public architecture that was initiated with the founding of the nation through the preservation and modernization of a historic federal building. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program commissions our nation’s most talented architects, engineers, landscape architects, and interior designers to prepare our historic federal buildings for the next 50 – 100 years of service. GSA Design Excellence projects demonstrate the merit of integrated design that balances historic significance with current needs, aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. As required by law, all Federal facilities must meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423; achieve fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007; conform with the Interagency Security Council (ISC) and GSA design standards for secure facilities; conform to GSA’s P-100 (Facility Standards for Public Buildings); and comply with the Architectural Barriers Act Accessibility Standards (ABAAS). All GSA projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required. Projects in or affecting historic properties must comply with Section 106 of the National Historic Preservation Act and the Secretary of the Interior’s Standards for the Treatment of Historic Properties. This facility must be designed in metric units. This project will be delivered through the Design-Build delivery method. PROJECT DESCRIPTION The project consists of a major modernization upgrade project for the Byron G. Rogers Federal Office Building (FB) and a window replacement project for the adjacent Byron G. Rogers U.S. Courthouse. This work is performed under the direction of the U.S. General Services Administration (GSA), Rocky Mountain Region, Public Buildings Service (PBS). The FB occupies a prominent position in the Federal District of downtown Denver. It is an existing multi-tenant professional office building with 18 stories and a basement. The FB contains 494,156 gross square feet (GSF), 437,551 rentable square feet (RSF), and 329,433 usable square feet (USF). The current FB tenants will be relocated prior to the start of the modernization project. Agencies to be located in the federal building will be the Commission on Civil Rights, Department of Health and Human Services, Department of Homeland Security, Department of Justice, Social Security Administration, and the General Services Administration. The courthouse is a multi-tenant office and court building. It is five stories high with a basement and subbasement connected to the FB by a two story section. This section contains building services, a loading dock, and a two lane ramp to the parking garage. The courthouse houses six major tenants including United States District Court, Court Administrative Support Center, Probation and Pre-Trial Services, U.S. 10th Circuit Library, 10th Circuit Mediation and the United States Marshals Service. The building is approximately 248,000 GSF including two levels of underground parking spaces within the basement and sub-basement. A comprehensive modernization project for the courthouse was completed in 2005. The courthouse will remain occupied while the windows are replaced. The federal building and courthouse are located at 1961 Stout Street, Denver, Colorado, 80294. Both buildings are long-term GSA-held assets situated in a prime location near downtown with public transportation within the central business district, in the Federal District of downtown Denver, with a stable tenant base and a high reinvestment need. Project goals and objectives for the federal building are to provide a pleasant, secure, and safe environment for the staff and visitors consistent with guidelines for Federal facilities and specifically the GSA PBS P-100; satisfy current and projected special-use needs, and allow for future expansion of these requirements; design facilities compatible with the tenants’ existing character and local context, and present a positive image of U.S. Government facilities; use the Leadership in Energy and Environmental Design (LEED) Green Building Rating System, which is the nationally accepted benchmark for the design, construction, and operation of high-performance green buildings. GSA requires all new construction, renovation, and modernization projects to be certified through the LEED program; owing to the historic significance of the building, all work will follow the Secretary of the Interior’s Standards and Illustrated Guidelines for Rehabilitating Historic Buildings, Revised 1992 (36 CFR 67); upgrade the heating, ventilation, and air conditioning (HVAC) systems; upgrade the mechanical piping, heating, and hot water systems; upgrade the electrical system and install new telecommunications infrastructure; modernize all elevators; remove all asbestos containing materials (ACMs); implement GSA’s workplace procedures and achieve measurable effectiveness results; identify design strategies that work to optimize the project’s access to energy from seasonal solar, natural lighting, and wind to reduce undesirable loads and maximize desirable loads to meet desired energy targets for the facility; upgrade by replacing all public and private restrooms, plumbing systems, and fixtures; upgrade building security; replace underground water and waste water service lines. Project goals and objectives for the courthouse are to improve energy efficiency of building by installing high-efficiency windows; upgrade building security and safety by replacing windows. SCOPE OF WORK Design Stage services and Construction Stage work are to be performed by the DB Contractor. Design Stage services include providing Design Concept and Design Development Phase services. Construction Stage work includes preparing construction documents and performing construction in conformance with the project requirements. The scope of services for the Design Stage will require at a minimum: Professional architectural, engineering, interior design, landscape architecture, and related consulting services for concept design documents, design development documents, construction documents. The scope of services for the Construction Stage will require at a minimum: preparation of construction documents, specifications, cost estimates, computer-aided design and drafting (CADD), building information and modeling (BIM), CPM scheduling, scope management, value engineering, maintaining construction records, utilizing an electronic project management system in order to manage project documents, monitoring construction costs, commissioning, post-construction contract services (PCCS), abatement, demolition, construction, and other required supplemental services if so requested by the Government. The Design-Build contractor shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the Design-Build contractor shall have complete responsibility for design and construction of the facility, including timely delivery within the project budget. PROCUREMENT STRATEGY The General Services Administration intends to award a firm-fixed price Design-Build Contract based on 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. The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The most highly rated Offerors will be selected to participate in Phase Two (analogous to 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 FAR Part 15 and include phase-two evaluation factors, developed in accordance with FAR 15.304 Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR 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 after 06/29/2009 on the internet at: http://www.fedbizopps.gov/. 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, 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. POINT OF CONTACT Dannie Crowder, Contracting Officer, Phone: (303) 236-8000, Ext. 2256, E-mail: danny.crowder@gsa.gov. This is not a Request for Proposals. A one page letter of interest should be submitted no later than June 26, 2009. Send letters to the attention of Dannie Crowder, Contracting Officer (8PF), General Services Administration, Denver Federal Center, Bldg 41, P.O. Box 25546 (8PF), Denver, Colorado 80225-0546 or danny.crowder@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PF/GS-08P-09-JFC-0010/listing.html)
 
Place of Performance
Address: Denver, Colorado, Denver, Colorado, United States
 
Record
SN01841416-W 20090612/090610235623-238c12c109bd48bbcf64034725c7d9b6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.