Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

Y -- 'RECOVERY' U.S. Federal Courthouse in Yuma, AZ - Solicitation 1

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-10-KT-C-0045
 
Point of Contact
Gregory McSweeney, Phone: 4155223121, Joseph Nolan, Phone: 4155224010
 
E-Mail Address
greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov
(greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUALIFICATIONS The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in Public Buildings. GSA will be using funds from the FY 2010 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, which shall include the performance of architectural/engineering services based on an approved Concept during the Request for Proposal stage of the acquisition process and in accordance with GSA quality standards and requirements for a new U.S. Courthouse in Yuma, AZ including one Magistrate Court and chamber, Bankruptcy, district clerks office, U.S. Marshals Service, U.S. Pretrial Services and U.S. Probation, and a small parking area encompassing approximately 56,000 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, at a minimum, LEED-Silver rating requirements. The new U.S. Federal Courthouse in Yuma, AZ will be located on a proposed site, procured through the Government, encompassing 2.8 acres within the Yuma Crossing National Heritage Area along First Street, bounded by Madison Avenue and North Second Avenue. Prospective Offerors experience should include projects of similar scope and complexity. The estimated cost for the design-build delivery of the U.S. Courthouse in Yuma and related infrastructure upgrades is between $21,000,000 and $26,000,000. The U.S. Courthouse in Yuma is expected to be approximately 56,000 gross square feet (GSF) and will meet high performance green building design criteria. The GSA is the lead agency for the delivery of this facility. The design-build scope of work includes architectural, engineering, construction, security, commissioning and other related services necessary to construct the new U.S. Courthouse, 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 competitive acquisition using the best-value trade-off process. This Two-Phase Design-Build Contract will be based on the approved design documents for the new U.S. Courthouse, Yuma, AZ based upon an approved design concept during 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 (www.gsa.gov/designexcellence). 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. In Phase One, the Government will 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 this phase. The RFQ will be released on or about April 8, 2010. In Phase Two, the Government will issue the RFP to the 3 (or 4 if the Contracting Officer determines 4 to be advantageous to the Government) 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 will 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 technical and price proposals without discussions. The RFQ will be issued electronically on or about 04/08/2010 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. Although not mandatory, firms are requested to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications. There will be a pre-proposal meeting on 4/20/2010 in Yuma, Arizona at 1:00 pm at the following location: Pivot Point Conference Center 200 North Madison Ave Yuma, AZ 85364
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-10-KT-C-0045/listing.html)
 
Place of Performance
Address: First Street, bounded by Madison Avenue and North Second Avenue., Yuma, Arizona, 85364, United States
Zip Code: 85364
 
Record
SN02116427-W 20100410/100408235023-a988fa9ef5089b777f37cc0e2c343ee0 (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.