Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

Z -- Design-Build: Corman Building in Los Angeles, CA - Solicitation 1

Notice Date
11/29/2010
 
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-11-KT-C-0005B
 
Archive Date
1/13/2011
 
Point of Contact
Roger K. Wiesnoski, Phone: 7023886177
 
E-Mail Address
roger.wiesnoski@gsa.gov
(roger.wiesnoski@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Qualifications - Phase I NOTICE: Status of Notice is Upgraded to Request For Qualifications - Stage I - See Attachment posted 11/29/2010 Description: The General Services Administration (GSA) announces an opportunity for Design and Construction Excellence in Public Buildings. The solicitation is being made pending funds approval as GSA will be using funds from the FY 2011 Prospectus authorization for this project. This solicitation is being set aside for small business. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction and the size standard is $33.5 million (average annual receipts within a 3-year period). Prospective bidders must be registered in the Central Contractor Registration (CCR). Information regarding registration can be found at http://www.ccr.gov/. The project is located in Los Angeles (Van Nuys), California. Project Summary: The GSA announces an opportunity for Design and Construction Excellence in public architecture, engineering and construction through a Design-Build contract for the James C. Corman Federal Building in Van Nuys, California. The project shall include the performance of architectural/engineering services based on an approved Program Development Study (PDS) to be developed during the Request for Proposal stage of this procurement process. Detailed data sheets for each occupied space in the existing building will be available at the time of Conceptual Design. The design and construction work will require extensive capabilities in both renovation design as well as structural/seismic upgrades in an occupied building, with all work to be in accordance with GSA quality standards and requirements, including Federally established energy and sustainability goals, accessibility requirements and security specifications. Demonstrated capability to achieve Design Excellence in the execution of the project will be a key consideration. The project encompasses major alteration work of approximately 56,578 usable square feet within 231,000 gross square feet in an occupied 4 level office structure with both underground and surface parking. The major tenant of the James C. Corman Federal Building is the Department of State. The design aspect of the offer will be expected to provide Tenant Improvement layouts with full description of construction means and methods. Furthermore, the offeror will need to fully demonstrate the constructability of phasing in an occupied building. The focus of the alteration work will be the 1 st and 4 th floors. Prospective offeror's experience must include, but is not limited to, demonstrated experience executing major renovation projects involving significant seismic as well as mechanical, electrical, plumbing and data infrastructure reconstruction conducted in a sequenced manner in an occupied building. The design-build scope of work includes architectural, engineering, construction, security, testing, LEED commissioning, and other related services necessary to construct the renovations and improvements to the James C. Corman Federal Federal Building. Related services shall include, but are not limited to, site and construction sequence planning, infrastructure, geotechnical evaluation, monitoring, permitting, industrial safety and monitoring, and all necessary inspection services during construction, commissioning and potential other related additional requirements. The estimated cost for the design-build delivery of the renovation and alteration improvements for the project is projected to be over $10,000,000, with project award anticipated in June 2011. Award will be subject to the availability of funds. Procurement Strategy: GSA intends to award a firm-fixed price competitive acquisition using the best-value trade-off process. This Two-Stage procurement process for the Design-Build Contract will be based upon evaluation criteria developed pursuant to the Federal Acquisition Regulation (FAR) Subpart 36.3 TWO-PHASE DESIGN-BUILD SELECTION PROCEDURES, FAR Subpart 36.6 ARCHITECTURE-ENGINEERING SERVICES, Source Selection Procedures, FAR subpart 15.3 and the GSA Design Excellence Program (www.gsa.gov/designexcellence). The Stage 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 Stage Two proposals (the short list will be published in FedBizOpps). All responsible sources may submit a Stage One Proposal. In Stage 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 Stage Two process. Offerors that do not submit a timely RFQ response in Stage One will not be allowed to participate in the second stage. The RFQ will be released on or about 12/01/2010. In Stage One all Offerors are required to submit a letter from your surety stating your ability to perform and bond a project with an Estimated Cost of Construction at-Award of over $10 million, and are required to be a licensed general contractor. Licensed general contractors having the minimum bonding capacity are invited to respond to Stage One evaluation factors. In Stage 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 Stage One and request that they submit Stage Two proposals. Stage Two of the solicitation shall be prepared in accordance with FAR Part 15 and include Stage Two evaluation factors, developed in accordance with FAR 15.304. Stage 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 anticipates the requirement of short-listed firms to submit a design concept for consideration as part of the evaluation criteria for Stage Two. The Government will reserve the right to make an award upon the basis of the initial technical and price proposals without discussions. Per FAR 28.102, Performance and Payment Bonds will be required by the successful offeror in the penal amount of 100 percent of the original contract price. The RFQ will be issued electronically on or about December 2010 on the internet at: http://www.fedbizopps.gov/. Although not mandatory, firms are encouraged to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications. There will be a pre-proposal meeting tentatively scheduled for December 8, 2010 in San Francisco, CA. The time and room number will be determined and posted under this solicitation at a later date. Contact for questions: Roger K. Wiesnoski, Contracting Officer, 702-388-6177 or roger.wiesnoski@gsa.gov. 52.219-14 Limitations on Subcontracting. Limitations on Subcontracting (Dec 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. Amendment dated 11/15/2010: Corrected date of RFQ issuance in paragraph 8 of the description from 11/01/2010 to 12/01/2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-11-KT-C-0005B/listing.html)
 
Place of Performance
Address: Los Angeles, CA, Los Angeles, California, United States
 
Record
SN02334535-W 20101201/101129233945-e49c9cdbff1db5d99eaa86046b31dd02 (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.