Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

Y -- Design/Build for the Van Buren Maine Land Port of Entry

Notice Date
1/13/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-10-BZ-C-0016
 
Point of Contact
Kimberly Yates, Phone: 6175656013, Deborah A. Fournier, Phone: (617) 565-5970
 
E-Mail Address
kimberly.yates@gsa.gov, deborah.fournier@gsa.gov
(kimberly.yates@gsa.gov, deborah.fournier@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY The General Services Administration Region 1 announces an opportunity for Design and Construction Excellence in Public Buildings. GSA will be using funds from the American Recovery and Reinvestment Act for this project. Accordingly, the contract will be subject to unprecedented levels of transparency and accountability so Americans know where their tax dollars are going and how they are being spent. Mechanisms through special contract terms and conditions will be implemented to accurately track, monitor and report on taxpayer funds. The Recovery Act requires extensive reporting from the prime recipients of Federal funding. This may include special 'Buy American Act' requirements, additional requirements for contractor reporting, and expanded Government Accountability Office (GAO) and Office of Inspector General (OIG) access to contractor records. Project Summary: The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in public architecture, engineering, and construction of a new Land Port of Entry (LPOE) in Van Buren, ME, for the Department of Homeland Security (DHS) and Customs and Border Protection (CBP). This project will be implemented using a Design-Build contract, which will include the performance of architectural/engineering services based on bridging-design documents (a concept design and performance specifications) prepared by a bridging AE. The Design-Builder's work will involve (among other things) preparing design development and construction documents and constructing the facility according to the Government's requirements. The design and construction of the project shall be performed in accordance with GSA quality standards and requirements. In addition to the bridging AE, the Government's interests will be represented by a Construction Manager-as-agent (CMa) and a Commissioning Agent (CxA), both of whom will be involved during the concept design phase, the design development phase, construction documents phase, and the construction phase of the project. The GSA is the lead federal agency for the delivery of this facility. The new LPOE will be built on approximately 10 acres of a 21-acre site; the remaining acreage of the site will be for access roads to and from the port and for a buffer around the facility. The site is bounded (roughly) by Bridge Street and Violette Brook to the north; St. John Avenue to the west, and by a town park and the St. John River to the east. Privately-owned land bounds the site to the south. The site extends from the existing LPOE located at the foot of the International Bridge up to the intersection of State Street and Main Street, and roughly follows the active railroad spur which traverses the site. The Government owns approximately 2.4 acres of the site (the land on which the existing LPOE is situated); approximately 18 acres of residential, commercial, and industrial properties (a good portion of which is comprised of property along the railroad spur) will be acquired by the Government for this project. The project includes design and construction of an underpass for access to the town park as well as the incorporation of artwork (yet to be designed) under GSA's Art-in-Architecture program. The Van Buren Land Port of Entry is expected to incorporate approximately 40,000 SF of buildings and canopies and is to be designed to meet high-performance green building design criteria. As required by law, the facility will meet federal energy goals, including the new standards mandated by the Energy Policy Act (EPAct) of 2005, the Energy Independence and Security Act (EISA) of 2007, the Architectural Barriers Act Accessibility Standards, and specified security requirements. At a minimum, the project will be designed and constructed to meet LEED®-NC Silver rating requirements. The design-build scope of work includes architectural and engineering design, construction, and other related services necessary to construct the new LPOE facility. Related services include, but are not limited to: building demolition; railroad track demolition; relocation, removal, and/or abandonment of existing utilities; civil, site, and utility design and construction; foundation design and construction; building design and construction; site planning and infrastructure; geotechnical evaluation and monitoring and potential additional geotechnical analysis of the site; potential archaeological monitoring; permitting, testing and inspection during construction; traffic design and roadway construction; building information modeling (BIM) design; energy-efficient design; national and local code review and applicable design modifications; potential mitigation of impacts to wetlands; abatement of hazardous materials and removal of underground storage tanks; perimeter and building security. The design will conform to GSA Design and Construction Excellence requirements. Preliminary consultations have taken place and are ongoing with the State Historic Preservation Office and other reviewing agencies for the current bridging design. Additional submissions will be required by the Contractor to secure final design approvals. The estimated cost for the design-build delivery of the Van Buren LPOE and related infrastructure is between $25,000,000 and $35,000,000. Procurement Strategy: GSA intends to award a firm-fixed-price Design-Build Contract based on completed bridging design documents for the new Land Port of Entry to be located in Van Buren, Maine, 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 January 28, 2010 on the Internet at: http://www.fedbizopps.gov/. GSA has engaged Julie Snow Architects of Minneapolis MN and its professional consultants for the preparation of architectural, engineering and landscaping bridging design documents. Julie Snow Architects 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
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-10-BZ-C-0016/listing.html)
 
Place of Performance
Address: Land Port of Entry, Van Buren, Maine, United States
 
Record
SN02041268-W 20100115/100113234802-33781e8a1c56d0a3bfd15688c11911a8 (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.