Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
MODIFICATION

Z -- Fire Alarm System Replacement Design Build Construction Project, Seattle Courthouse (SEACRT), Seattle, Washington - Amendment 1

Notice Date
9/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW, 2nd Floor, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-10-LT-R-0058
 
Point of Contact
Kimberlee N. Wallentine, Phone: 2539317183, Carol Ashenbrenner, Phone: 2539317589
 
E-Mail Address
kimberlee.wallentine@gsa.gov, carol.ashenbrenner@gsa.gov
(kimberlee.wallentine@gsa.gov, carol.ashenbrenner@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
September 29, 2010: Posting of Amendement A01 which contains drawings for the building. NOTE: A secondary amendment is still forthcoming to incorporate information from the Site Visit and other changes. --------------------------------------------------------------------------- September 14, 2010: Posting of Request for Proposal (RFP) for subject Solicitation No. GS-10P-10-LT-R-0058. See associated attachments for solicitation package. ---------------------------------------------------------------------------- The General Services Administration (GSA), Region 10 announces an opportunity for the modernization of the Fire Alarm System in the Seattle Courthouse Building, Seattle, Washington. Interested parties are encouraged to register through FBO using the "Add Me to the Interested Vendors" link on the Federal Business Opportunities (FBO) website. Vendors are also encouraged to register to receive notices about this announcement by using the "Watch This Opportunity" link on the FBO website. NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors. PROJECT BACKGROUND/DESCRIPTION: The objective of this fire alarm system replacement project is to replace the current fire panel, devices and conductors at the Seattle Federal Courthouse. The current fire alarm system that serves the Courthouse is experiencing operational issues and needs to be replaced. The manufacturer of the current panel and hardware is Siemens. The Design-Build (D/B) Contractor and its Team shall design and construct renovations and improvements to modernize the existing fire alarm system, inclusive of replacement and upgrades, in the Seattle Courthouse Building, Seattle, Washington. The specific activities, tasks, and deliverables required of the D/B Team will be further delineated in the Statement of Work issued with the D/B solicitation. PROJECT SCOPE: This scope of work shall include the design and replacement of the fire panel, and all other fire life safety devices which upon completion will comprise a fully operational and code compliant system. In order to mitigate costs GSA will consider the reuse of some components such as tamper switches and flow switches, etc. depending on their operational condition, compatibility with installed system and current code compliance. Project will consist of the replacement of front end to include all control panels, devices, wiring, and addition of new conduits where necessary. The replacement of the fire alarm system shall be accomplished while facility is fully occupied. The D/B Team will be required to ensure minimal disruption to tenants and their mission, keep current system in operation, and facility and tenants safe and fully protected until such time as the new system is operational and ready to bring on line for facility protection. GSA envisions a highly collaborative D/B delivery approach for this project. The expectation is that the D/B Team will work closely with all the stakeholders to deliver a project that meets the expectations and needs of all stakeholders and GSA's requirements for a fully functional, code compliant fire alarm system. The D/B Team will be selected through a one phase best value D/B source selection process that meets the goals of GSA. PROJECT MAGNITUDE: The Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. PROJECT DURATION: 12 months (Design and Construction) 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. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. 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 the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Part 36, Source Selection Procedures, FAR subpart 15.3 following issuance of a formal Request for Proposals (RFP) on www.fbo.gov. For this contract award process, GSA will issue one Solicitation. The Government will identify the evaluation factors developed in accordance with FAR 15.304 that will serve as the basis for the determination of the Offer which provides the best value to the Government. Interested Offerors will be required to submit their responses (including both technical and price proposals) to the RFP by the due date established in the RFP. The Government will evaluate all responses to the RFP in accordance with the criteria in the RFP. 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 PBS R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of the forthcoming solicitation. SOLICITATION ISSUE DATE: The RFQ will be issued electronically on or about 09/15/2010 on the internet at: http://www.fbo.gov/. CLOSING DATE: The closing date for receipt of proposal submissions shall be specified in the RFP. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCC/GS-10P-10-LT-R-0058/listing.html)
 
Place of Performance
Address: 700 Stewart Street, Seattle, Washington, 98101, United States
Zip Code: 98101
 
Record
SN02300750-W 20101001/100929234825-b497f64b4893476c20450aea6a7421f7 (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.