Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

Z -- BRIDGING DESIGN-BUILD SERVICES FOR THE HVAC RETROFIT PROJECT AT THE FEDERAL DEPOSIT INSURANCE CORPORATION (FDIC) BUILDING, WASHINGTON, DC

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P12MKC0036
 
Point of Contact
Kathy Toca Bunn, Phone: 2022054664
 
E-Mail Address
kathy.bunn@gsa.gov
(kathy.bunn@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Buildings. Project Summary : GSA intends to award a firm-fixed price Bridging Design-Build contract for all design and construction services necessary to retrofit the HVAC system, to provide Temporary Air Handling Units (AHU's) on the building rooftop, and to replace windows on the FDIC Building façade located at 550 17 th Street, NW, Washington, DC 20429. The estimated construction cost, excluding design for the base construction contract, is $30,000,000 to $35,000,000. The project is being designed to achieve a USGBC LEED Silver certification. Project Scope : This project is for the design and construction of an HVAC System Retrofit (the project) at the FDIC Headquarters Building located at 550 17 th Street, NW, Washington, DC 20419. The 550 B uilding was constructed in 1962. The HVAC system is 50 years old and is past its useful life. The project includes the installation of a new programmable mechanical system with modern digital controls; replacement of building windows and the installation of new ceilings and programmable lighting system. Project implementation must be phased on a floor by floor basis while the building is occupied. Project design and the competitive procurement for the Bridging Design Builder are expected to take place in 2012. The schedule for actual construction will begin in early 2013 and is expected to run through 2015 (36 months). It is anticipated that construction on floors two through five will take approximately five months per floor to complete while floors one, six, and seven will be under construction for approximately seven months. All work shall be performed in accordance with GSA authorized and approved standards. Procurement Strategy : The selection process shall utilize a two phase selection process in accordance with FAR 36.3 and source selection procedures in accordance with FAR 15.3 negotiated procurement with tradeoff procedures. Stage I, Request for Qualifications (RFQ), shall result in a short list of offerors who shall be invited to participate in Stage II of the procurement. Stage II, Request for Proposals (RFP), shall result in the selection of the construction contractor whose offer provides the best value to the Government. In Stage I, the Government shall identify technical evaluation factors, other than cost or price, are significantly more important than price. Interested parties shall be required to submit their Stage I responses by the due date established in the RFQ. The Government shall evaluate all responses in accordance with the criteria established in the RFQ. The Government shall then notify each offeror in writing of whether or not it shall be invited to participate in the RFP based on the Stage I information submitted. In Stage II, the Government shall issue the RFP, including the Bridging Documents, to the short listed offerors from State I. The RFP shall serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFP. Based on the Stage I and Stage II submissions, the Government shall select the offer that reflects the best value to the Government. The Government reserves the right to make an award based upon evaluation of Stage I and Stage II submissions without discussions. The RFQ shall be issued electronically on or about April 27, 2012, on the Internet at the following webpage: http://www.fedbizopps.gov/. Opportunities for Other than Large Businesses : This procurement shall be open to large and small business firms. Any qualified responsible firm, including small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women- owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses, or as subcontractors. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)) and FAR Subpart 19.702, 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-disable veteran owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. GSA intends to promote subcontractors' use of registered apprenticeship programs in this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P12MKC0036/listing.html)
 
Place of Performance
Address: Federal Deposit Insurance Corporation, 550 17th Street, NW, Washington, District of Columbia, 20429, United States
Zip Code: 20429
 
Record
SN02720897-W 20120414/120412235724-b9d5f4a04f47ba551a03f04c74c28333 (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.