Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

Y -- RECOVERY - Tier III Data Center New Construction

Notice Date
9/8/2009
 
Notice Type
Presolicitation
 
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
RECOVERY-GS-08P-10-JA-C-XXXX-DB
 
Archive Date
9/24/2009
 
Point of Contact
Beverly Carey, Phone: 303-236-8000ext 5257
 
E-Mail Address
beverly.carey@gsa.gov
(beverly.carey@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in Public Buildings, GSA will be using funds from the FY 2009 American Recovery and Reinvestment Act for this project. Project Summary: GSA announces an opportunity for Design and Construction Excellence in public architecture, engineering and construction through a Design-Build contract. The project shall be performed in accordance with GSA quality standards and requirements for a New Tier III Data Center (Data Center) at the Denver Federal Center (DFC), Lakewood, Colorado. The Data Center is classified as a Tier III facility as defined by the Uptime Institute Tier Level Classification System. The work will be performed under the direction of the U.S. General Services Administration (GSA), Rocky Mountain Region, Public Buildings Service (PBS). The Data Center will be two stories high with a mechanical basement and will be built in phases using the Performance Optimized Datacenter (POD) concept. Phase One is the current building project, including core and shell and infrastructure to support the first POD Phase. When complete, the project will contain its own perimeter security system and parking for 2 cars on-site and 20 existing off-site, adjacent to the site. The completed two-story building with mechanical basement will encompass approximately 140,000 Gross Square Feet. As required by law, the facility will meet federal energy goals and all federal accessibility requirements and standards. The project goal will meet LEED-Silver rating requirements. The GSA is the lead agency for the delivery of this facility 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. The New Data Center will be located in a prominent position on the DFC at the corner of First Street and North Center Avenue, Lakewood, Colorado. Prospective Offerors' experience must include, but is not limited to, work performed on data centers or projects of similar complexity. The estimated cost for the design-build delivery of the Data Center and related infrastructure upgrades is between $65,000,000 and $80,000,000. The design-build scope of work includes architectural, engineering, construction, security, commissioning and other related services necessary to construct the new Data Center. Related services include but are not limited to, site planning and infrastructure, geotechnical evaluation and monitoring, permitting, testing and inspection during construction, commissioning and potential additional requirements. Procurement Strategy: GSA intends to award a firm-fixed price Design-Build Contract for the Tier III Data Center at the DFC based upon 35% bridging documents and Program of Requirements which will be provided with the Request for Proposal during Phase Two of the acquisition process for this procurement 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 not 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 five 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. For this RFP, technical evaluation factors, when combined, will be significantly more important than price. The importance of price will increase if Offerors' non-pricing proposal factors are considered essentially equal in terms of quality or if price is so high or low as to significantly diminish the value of a proposal's technical superiority to the government. The award may be made without negotiation of proposals. Therefore, offerors will be requested to initially submit proposals to the Government on the most favorable terms from a technical and price standpoint. The RFQ will be issued electronically on or about September 23, 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. 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/RECOVERY-GS-08P-10-JA-C-XXXX-DB/listing.html)
 
Place of Performance
Address: Denver Federal Center, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01945173-W 20090910/090909084042-8be26c7ae8bab19c234c36a6ea4d74bb (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.