Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
MODIFICATION

Z -- RECOVERY-- Federal Center South (FCS) Building 12021 Redevelopment, Seattle WA - Amendment 1

Notice Date
10/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-09-LT-C-0112
 
Response Due
10/28/2009 4:00:00 PM
 
Point of Contact
Dawn M Ashton, Phone: 253-931-7784, Kimberlee Wallentine, Phone: 253-931-7183
 
E-Mail Address
dawn.ashton@gsa.gov, kimberlee.wallentine@gsa.gov
(dawn.ashton@gsa.gov, kimberlee.wallentine@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
FCS Questions and Answers Pre-proposal Conference Attendance Sheet Pre-proposal Conference Presentation Amendment 01 to Solicitation ADDING: Amendment 01 to: Correct RFQ, Post Pre-proposal Conference Presentation and Attendance Sheet and Publicize Questions and Answers ADDING; Phase 1 Solicitation - Request for Qualifications (RFQ) Closing Date for Receipt of Proposals is October 28, 2009 4:00PDT ---------------------------------------------------------------------------------------- RECOVERY: The General Services Administration (GSA), Region 10 announces an opportunity for Design and Construction Excellence in Public Buildings for the Redevelopment/Modernization of Federal Center South B12021,located in Seattle Washington. GSA will be using funds from the FY 2009 American Recovery and Reinvestment Act for this project PROJECT BACKGROUND/DESCRIPTION: The project is a Redevelopment/modernization of an existing early 1940s warehouse (1202) located at Federal Center South campus. The building is a timber-framed single story warehouse with exterior concrete walls. The building is supported on timber piles with concrete followers. The followers are 14inch in diameter by 11 feet long and extend from the underside of the concrete slab to the top of the timber piles. Single piles are spaced 8 feet on center. The building is approximately 330 feet wide by 1100 feet long and is immediately to the west of the historic Albert Kahn-designed Ford Motor Company Assembly Plant (1201) completed in 1932, at 4735 East Marginal Way Seattle, WA. The proposed project site will encompass approximately 50% of the footprint of the existing building. The 1202 building has been determined not to be historic. This project will provide for the projected 15-year space requirements of the USACE and is the pivotal undertaking for a campus-like site redevelopment that can accommodate the 30-year expansion requirements for a number of other Federal Agencies. This project will help to revitalize the neighborhood and receive an architectural treatment that is responsive to its context and due to its adjacency to the 1201 building compatible with historic precedents. The Design Build project shall include the performance of architectural/egineering services based on an approved concept selected during the Request for Proposal (RFP) stage of the acquisition process. The design will be in accordance with GSA quality standards and will address the specific tenant requirements of the USACE. The warehouse redevelopment/modernization will include 150,000-200,000 gross square feet of new office space for the USACE and may include space for a child care facility and cafeteria food services. As required by the ARRA legislation, the facility will be designed to be a high performing green building (HPGB) and as such will meet the most current federal energy goals. The project goal is to meet LEED-NC, Gold rating requirements. All Federal accessibility requirements and standards will also be met as required by law. PROJECT SCOPE: This project includes the redevelopment of the building through a strategy of structure and materials reuse to the greatest practicable extent, introduction of modern building systems and use of innovative technologies to meet HPGB strategies. The work will also include seismic upgrades and repair and/or replacement of the existing foundation, stabilization of liquefiable soils and any associated site development. The scope of professional services will require at a minimum: Professional architectural, landscape architectural, engineering, interior design, HPGB consulting service, historic architecture and related consulting services for concept design documents, design development documents, Building Information Modeling (BIM), metric and English construction documents, specifications, cost estimates, schedules, space planning, value engineering services, LEED-AP services, computer-aided design and drafting (CADD). The project shall comply with GSA design standards for secure facilities, USACE force protection requirements and USACE tenant requirements. The design-builder should incorporate Low Impact Development (LID) strategies. The design-builder will be required to work with artist(s) in support of the Art-in-Architecture Program. PROJECT MAGNITUDE: The maximum Estimated Cost of Construction is between $50,000,000.00 and $70,000,000.00. PROJECT DURATION: 30 - 36 months (Design and Construction) MARKET RESEARCH: A survey was conducted with industry to assist in the development of the Acquisition Plan for this project. Following are the results: Delivery Method: Design Build is the most appropriate acquisition approach Contract Type: Preference for Guaranteed Maximum Price (GMP) vs Firm Fixed Price because it is more representative of a collaborative delivery effort. Design Competition: Recommendation to limit the design competition (Phase 2) to no more than 5 offerors. Stipend: A $50,000 - $75,000 stipend would help defray costs to participate in the Design Competition. Award Fee: Preference for good partnering COMPETITION: Unrestricted 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, will be required to 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. PROCUREMENT STRATGY: The Design Build contractor will be selected using Best Value Source Selection 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 then 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 (short list) 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. CONTRACT AWARD: GSA R10 contemplates awarding a Guaranteed Maximum Price (GMP) type contract provided all waivers, deviations, and approvals are authorized prior to issuance of the Phase 2 solicitation. Failure to obtain the necessary GMP type contract approvals will result in awarding a Firm Fixed Price Contract. The Phase 2 RFP will identify which pricing methodology will be awarded, and will contain special provisions and clauses as necessary. SOLICITATION ISSUE DATE: The RFQ will be issued electronically on or about 09/17/2009 on the internet at: http://www.fedbizopps.gov/. CLOSING DATE: The estimated closing date for receipt of Phase I submittals is October 16, 2009. 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/10PDC/GS-10P-09-LT-C-0112/listing.html)
 
Place of Performance
Address: Federal Center South Campus, 4735 E Marginal Way, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN01984108-W 20091015/091013234201-e990a8b3d19d1acda78a0aefa0de18c1 (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.