Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOURCES SOUGHT

Y -- RECOVERY - New Construction, Tier III Data Center

Notice Date
7/17/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-10-JA-C-XXXX-DB
 
Archive Date
8/18/2009
 
Point of Contact
Heidi Sawyer, Phone: 303-236-8000ext2415
 
E-Mail Address
heidi.sawyer@gsa.gov
(heidi.sawyer@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - New Construction, Tier III Data Center, GS-08P-10-JA-C-XXXX-DB THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS FOR THIS ANTICIPATED SOLICITATION. The General Services Administration, Region 8, Denver Federal Center Service Center is conducting a market survey and is seeking qualified sources to provide Design-Build services with bridging documents for the construction of a new Data Center (Tier III, Based on the Uptime Institute Data Center Industry Standard Tier Level Classification System) data center that will be located in Lakewood, CO. GSA is seeking a firm with management experience in design and construction of large, complex, construction projects to provide professional services for overall project administration, management and quality for this project. Many of the services under this contract shall be performed under the direction/supervision of professional architects and/or engineers with substantial construction experience. Design services are anticipated to begin in February 2010. The current estimated construction cost is over $10,000,000. The estimated project duration (design and construction) is approximately 14 months after Notice to Proceed (NTP). The North American Industry System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33.5 million in annual receipts averaged over a concern's latest three (3) completed fiscal years. The services for this project will include, but are not limited to, preparing construction documents, and serving as the Architect/Engineer of record for the project and general construction services. The scope of professional services will require at a minimum: Professional architectural, landscape architectural, engineering, interior design, and related consulting services for concept design documents, design development documents, Building Information Modeling (BIM), specifications, cost estimates, schedules, space planning, value engineering services, LEED services, computer-aided design and drafting (CADD), and includes the construction of buildings and related systems, and site development. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), including LEED Silver Level certification; and customer agency requirements. All design work will be required to comply with the National Environmental Policy Act. The A/E should incorporate Low Impact Development (LID) strategies. The winning firm will also be required to work with artist(s) in support of the Art-in-Architecture Program. Companies that have the necessary experience in bridging design build, as well as an interest in this project, should submit a statement of capabilities, which is not a proposal, but rather a short statement regarding the firm's expertise and experience on design-build projects similar in scope to the one described in this notice. The definition of "similar" is the construction of a Tier III data center, with total design and construction cost over $10,000,000. Submissions shall include a statement from a federal approved bonding corporate surety certifying the bonding capacity for this project of up to $100,000,000. Please limit submissions to 3 pages. Firms should indicate eligibility for SBA programs and whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Additional information related to SBA programs can be found at www.sba.gov. Statement of capabilities must be submitted no later than August 3, 2009. Send submissions to the attention of Heidi Sawyer, Contract Specialist (8PD), General Services Administration, Denver Federal Center, Bldg 41, P.O. Box 25546 (8PD), Denver, Colorado 80225-0546 or heidi.sawyer@gsa.gov The Contracting Officer for this project is Kathy A. Kirwin. All correspondence, information, and communications should be directed to the Contract Specialist, Heidi Sawyer. This project will be funded by the American Recovery and Reinvestment Act for 2009. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. All reporting requirements from the Contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-10-JA-C-XXXX-DB/listing.html)
 
Place of Performance
Address: Denver Federal Center, W 6th Avenue and Kipling Street, Lakewood, Colorado, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01879715-W 20090719/090718000829-fbcc748e0a68c705e9dc748115f3e743 (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.