Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Z -- VA Building 104 Phase 2 (RMO00460)

Notice Date
4/25/2012
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Division (6PC), Acquisition Branch (6PCA), 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
 
ZIP Code
64131
 
Solicitation Number
IMO00097
 
Archive Date
12/10/2014
 
Point of Contact
Vickie L. Ford, Phone: 816-823-2247, Eric C. Bowie, Phone: 816 926-5029
 
E-Mail Address
vickie.ford@gsa.gov, eric.bowie@gsa.gov
(vickie.ford@gsa.gov, eric.bowie@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-06P-GZD-0008
 
Award Date
4/25/2012
 
Description
AWARDED FOLLOW ON: (NOT FUNDED BY RECOVERY ACT FUNDS) The GSA Region 6 is has awarded a follow-on contract to Hof Construction, Inc. of 3137 Jamieson, St. Louis, Missouri (Contract No. GS06P12GZD0008), for work located at the Federal Complex in Buildings 104 and 104E at 4300 Goodfellow, St. Louis, Missouri. This public availability is hereby being posted to the GPE as required by FAR Part 6.303-1 and in accordance with FAR Part 6.305 within 14 days after contract award and shall remain posted for no less than 30 days. This procurement is known as VA Building 104 Phase 2 (RMO00460) and has been procured as a "follow-on" contract to the American Recovery and Reinvestment Act (ARRA) VA 104 project (IMO00097). This project, VA Building 104 Phase 2, is not funded by ARRA funds. The Veterans Administration (VA) needed to maintain and operate their space during construction; therefore this renovation project was divided into phases. The previous phase, known as ARRA VA 104, was completed while the VA occupied and operated within the recent renovation of swing space in building 104E. ARRA VA 104 successfully constructed a new mailroom, including column protection in the bay area, and included construction of 20,000 s.f. of new office space, installation of high efficiency chillers, chilled water condenser, hot water pumps, cooling towers, air handling units, and a humidification system for 130,000 s.f. of file storage space. This follow-on project will complete mailroom requirements to meet NARA standards for the x-ray machine, renovate existing deteriorated restrooms with low flow faucets and toilets, and sustainable materials and update them to meet code and ABBAS requirements, as well as complete office space renovation to allow for connection to the new computer room in 104E. This work will also allow for the demolition of existing DX Roof Top Air Handler feeding the North End of VA office space, and replacement with the chilled water Air Handler that will be tied into the new energy efficient chilled water system installed under the ARRA VA104 phase. All of the Items scheduled for this follow-on project were originally designed to be included in the initial ARRA VA 104 project, however the items in this procurement were not allowed due to ARRA fund restrictions, and subsequently removed from the scope of that project. The justification for the exception to fair opportunity for sole-source as a "follow -on" contract for this project, VA Building 104 Phase 2, has been documented and approved per FAR Part 6.304 and is included in the official contract file. The primary North American Industry Classification System (NAICS) Code for this acquisition is 236220 (Commercial and Institutional Building Construction) and the associated size standard is $33.5M. APPROVED J&A: JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Pursuant to FAR 16.505(b)(2)(i)(C) Logical Follow-On Exception 1. Nature and description of action being approved. This justification approves an exception to fair opportunity for the sole-source negotiation and award of a firm fixed price follow-on task order for VA Build-out of Mailroom/Office - Phase 2, Building 104, 4300 Goodfellow Boulevard, St. Louis, MO. The order will be negotiated with and issued to Hof Construction Inc. as a logical follow-on to a previous task order competitively awarded to Hof Construction Inc. as task order GSP0609GZ5084 issued under IDIQ Contract No. GS06P07GYD0019 of the Multiple Award IDIQ Task Order Construction Manager as Constructor (CMc) Contract for The Greater St. Louis Metro Area including the cities of Cape Girardeau and Hannibal, Missouri. 2. Services Required to Meet the Agency's Needs. The agency requires further renovation of their mailroom/office space which is currently under construction. This project will complete the renovation of the remaining office space which was phased, replace the deteriorated air handling unit on the roof, renovate the restrooms, and complete their connection to their computer room in Building 104E. The estimated value of the follow-on work is $1,373,465. 3. Identification of Statutory Authority and Supporting Rationale for Its Use. 41 U.S.C. 253j(b)(3), implemented through FAR 16.505(b)(2)(i)(C), states that the contracting officer shall give every awardee of a multiple award task order contract a fair opportunity to be considered for a delivery-order or task-order exceeding $3,000 unless the order should be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. The initial task order GSP00609GZ5084 was procured competitively. The solicitation was issued to all 7 of the general contractor awardees of the St. Louis MO CMc IDIQ. Three offers were received, and Hof Construction was selected as the successful offeror. The original award was made on September 4, 2009 in the amount of $5,184,000 which included pre-construction phase services and Option 1. The Phase 1 project required design and construction services to: •· Construct a new mailroom - including column protection in the bay area, secure mailroom with controlled entry into the file storage space to allow the new HVAC and humidification system to function properly. •· Construct approximately 20,000 s.f. of new office space that meets current codes, incorporates sustainability and creates a more efficient use of space. The new office space would incorporate a new LAN closet that would connect to the new computer room specifically constructed for overall renovation project. •· Installation of new high efficiency chillers, new high efficiency chilled water, condenser water and hot water pumps, new high efficiency cooling tower(s), new high efficiency air-handling unites and distribution ductwork, chilled & heating hot water pipe and a humidification system for approximately 130,000 s.f. of file storage space. The proposed Phase 2 scope of work for the logical follow on project is as follows: Item 1 - Complete the mailroom requirements in order to meet NARA standards for the x-ray machine. Item 2 - Renovate existing deteriorated restrooms with low flow faucets and toilets, and sustainable materials and update to meet code and ABBAS requirements. Item 3 -Complete office space renovation to allow for connection to the new computer room in 104E. Item 4 - Demolition of existing DX Roof Top Air Handler feeding entire North End of VA office space and replacement with chilled water Air Handler tied into the new energy efficient chilled water system installed under Phase 1. Items 1 through 4 were originally designed to be included in the initial task order, but the indicated said items were not allowed due to ARRA fund restrictions, so they were removed from the scope of the original order's solicitation. The VA operates this space 24 hours a day and requires special VA security clearance for the contractors as well as GSA security clearance. VA security is in addition to GSA security and is given only to persons requiring access in the space. Not many contractors have this access because they have not worked in VA space. The current contractor already has GSA and VA clearances which is crucial, so there are not more delays and/or setbacks. There will already be multiple interim work stoppages that will be required to perform the work, so the current contractor's knowledge of the VA's operation is also critical. Failure to add said items back via the logical follow-on contract may lead to multiple warranties that need to be administered, causing additional administrative burden. By utilizing this logical follow on action, the client would incur less disruption and retain a superior technically qualified contractor throughout all phases of the project requirements. The benefit to VA and GSA awarding a follow on contract to the current IDIQ-CMc contractor on site is a savings based on Overhead & Profit (OH&P) which is approximately 2% lower than other IDIQ-CMc contractors who bid on the current project. In addition, this work is a natural progression of the current work: the parties are familiar with the project requirements, integrated into a team, already mobilized, and familiar with the current conditions. The follow on methodology keeps this material solution within the confines of the current contractor/vendor/project team - ensuring the correct fit to the specific needs of the VA. The services required are so co-mingled that this could cause performance, continuity, warranty administration and compatibility problems resulting from another contractor performing services. 4. Demonstration that the anticipated cost will be fair and reasonable. An Independent Government Estimate (IGE) of work has been completed with a anticipated cost as follows: IteM 1, 2, 3, and 4: $1,373,465 Total $1,373,465 Prices will be reviewed against current similar projects and the R.S. Means catalog along with competition from the subcontracting opportunities. Furthermore, the incumbent contractor had a technically superior proposal in conjunction with the lowest price proposal which was determined to be the best value to GSA. Given the brief passage of time, the prices quoted for the initial work will provide a negotiating reference for the follow-on work, and the quality of the offer for the follow-on would be of similar quality. Competing the highly similar and compatible follow-on work among the same pool of vendors is unlikely to result in a better value in terms of quality for the price. 5. Other facts supporting the use of other than fair opportunity. Utilization of the proposed follow on contract would allow the work to commence immediately and would allow the client to meet their mission goals. As identified in paragraph #3 above, the initial contract was competed and of the 3 offerors received, Hof Construction's was technically superior to the others and offered the lowest price proposal. It is unlikely that an additional procurement would yield a better offer for the logical follow-on work. In addition, the learning curve on this project could potentially put our contract milestones at risk. Depending on the successful contractor, security clearances would have to be received before any new associates could perform work on this contract. There have been no other logical follow-on orders associated with the VA Building 104 Project GS06P07GYD0019 / GSP00609GZ5084. 6. Statement of Actions to Overcome Barriers to Fair Competition Given the same circumstances, we would approach the project the same. GSA received ARRA monies for a HVAC File Storage project at 4300 Goodfellow Blvd, Building 104, St. Louis MO. We solicited the entire expected project but the price proposals received exceeded available ARRA funding. We attempted to obtain additional ARRA funding but none was available. Without additional ARRA funding, we had to descope the project to achieve a completed end-product within the time limits required for ARRA projects. The tenant has since decided to fund the remaining work not covered in the original contract using a Reimbursable Work Authorization (RWA). 7. Technical/Requirements Certification I certify the technical components under this justification for an exception to Fair Opportunity for this acquisition are accurate and complete to the best of my knowledge and belief.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79a18bfc222de619d781bcfbeeb16b4f)
 
Place of Performance
Address: Federal Complex in Buildings 104 and 104E, 4300 Goodfellow, St. Louis, Missouri, 63120, United States
Zip Code: 63120
 
Record
SN02731187-W 20120427/120425235906-79a18bfc222de619d781bcfbeeb16b4f (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.