Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

Y -- Station Clevelend Ohio

Notice Date
4/27/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG50-10-R-PFDCLH
 
Point of Contact
Anita B Repanich, Phone: 206-220-7426
 
E-Mail Address
anita.b.repanich@uscg.mil
(anita.b.repanich@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Coast Guard Facilities Design and Construction Center anticipates award of a Firm-Fixed-Price Design-Build contract for the design and construction of a new office building at USCG Base Cleveland Harbor in Cleveland, Ohio. The scope of work includes all architectural and engineering design, construction, and other related services necessary to provide a fully functional new facility located on government owned property. The Contractor will be furnished with conceptual (10%) design drawings indicating space layouts, program requirements, baseline exterior elevations, and performance specifications by the Government and will then proceed with completing the 100% building and site designs. The Contractor shall be responsible for constructing the project in accordance with the accepted design. Design and construction shall be accomplished within a total 24-month performance period after date of award. The new building will be a two-story, approximately 24,500 gross square foot facility including office, administrative and conference spaces, locker, shower, restroom and fitness facilities, berthing rooms, weapons storage, a galley/dining area, radio room and secure communications room. Mitigating measures to address unacceptable settlement will have to be taken due to the presence of highly compressible soils within the project area. A potential for methane gas beneath the proposed building site exists, and therefore a methane gas collection, venting, and detection system will be required as part of the site preparation. Other sitework includes site utilities, grading, constructing new sidewalks and parking areas, landscaping, and the construction of a 120-foot communications tower. A new emergency generator and fuel tank will also be supplied adjacent to the new building. Mechanical and electrical systems include HVAC with DDC, plumbing, fire protection, power, lighting, telecommunications, fire detection and alarm. The Contractor shall provide interior systems furniture plans, designed and coordinated with the building construction. An interior designer currently holding a Professional level membership in the America Society of Interior Designers shall select all interior systems and finishes. The Government intends to include optional bid items in the solicitation to be awarded pending funds availability. The work includes (1) demolition of a one story, approximately 21,000 SF building immediately adjacent to the site of the new building; (2) demolition of an approximately 1,200 SF building on site; (3) construction of approximately 1,200 LF of ornamental fence around the perimeter of the base; and (4) burying approximately 240 LF of overhead electrical and telecommunication lines near the entrance to the Base. The design proposals shall incorporate energy efficient design and construction and shall include sustainable design features sufficient for the Contractor to obtain a “silver” rating by the U.S. Green Building Council LEED-NC Version 3.0. The estimated price range of this project is between $10M and $25M. The USCG will be utilizing a two-phase Design-Build selection procedure. The Phase One solicitation will be distributed solely through the Federal Business Opportunities (FedBizOpps) web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitation document will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition, and are encouraged to register in the Interested Vendors List in FedBizOpps for this project. This notice is not a request for proposals. For consideration on this project, the offeror, at a minimum, must be a firm or joint venture with experience, individually or as a member of a team, in successfully and satisfactorily completing a project of similar size and scope, not necessarily design-build. The design of the architectural, structural, mechanical, electrical, civil, life safety, or other engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered in the State of Ohio to practice in the particular professional field involved. This solicitation is restricted to small business concerns. The Phase One solicitation will be available for download in FedBizOpps on or about 11 May 2010. A site visit is tentatively scheduled for 25 May 2010. The Phase One proposal due date will be identified in the Phase One solicitation. The Phase One solicitation will provide the scope of work, evaluation factors (Past Performance, Capability to Perform, Specialized Experience and Technical Competence, and Technical Approach) and submission information for interested Design-Build firms to prepare their Phase One qualification proposals. Phase One qualification proposals will be evaluated to determine the top firms who will be selected as offerors for Phase Two. The number of Phase Two offerors will be limited to no more than five. Phase Two participants will submit competitive past performance, technical, and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors (Past Performance, Proposed Technical Solutions, Proposed Organization and Key Personnel, Management and Scheduling Approach, and Quality Assurance and Quality Control) are considered approximately equal to price. The Coast Guard will make a best value award determination and reserves the right to make cost-technical tradeoffs, which the Contracting Officer determines are advantageous to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG50-10-R-PFDCLH/listing.html)
 
Place of Performance
Address: US Coast Guard Station, Cleveland, Ohio, United States
 
Record
SN02133424-W 20100429/100427235127-828a9b09d11bba939bbf6e62027cf005 (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.