Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

Z -- Port Angeles Federal Building Fire Alarm Replacement

Notice Date
7/12/2016
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10-P-16-LT-C-7001
 
Point of Contact
Keith R. Goodsell, Phone: (253)931-7775
 
E-Mail Address
keith.goodsell@gsa.gov
(keith.goodsell@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA), Region 10 announces an opportunity for the modernization of the ire Alarm Systems at the historic Richard B. Anderson in Port Angeles, Clallam County, 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 The Solicitation will be all-electronic solicitation, including amendments. Plans and specifications are anticipated to be available on or after July 27, 2016 as part of a formal solicitation. If there are any changes to this timeframe, this presolicitation notice will be updated accordingly. All documents will be posted on the electronic Federal Business Opportunities (FBO) website at: www.fbo.gov, with secure access required for Sensitive but Unclassified Building documentation and full compliance with GSA PBS Order 3490.2 for all individuals, firms, subcontractors, subconsultants, and other parties provided access. Access requirements will be provided in the Solicitation. PROJECT BACKGROUND/DESCRIPTION: The fire alarm system for the Richard B. Anderson Federal Building in Port Angeles is in need of replacement. The existing Fire-lite Miniscan 1000 fire panel that serves the Building has reached the end of its useful life and needs to be replaced, as well as does other fire alarm system components. The new system shall have adequate logistics support (both in materials, spare and repair parts, and maintenance support) with an adequate system life cycle, as well as increased functionality of the system for the Property Management Team (PMT). GSA envisions a Design Build (D/B) Construction Contract for replacement of the existing fire alarm system. Both final design and construction services will be acquired through the one phase D/B solicitation process. The Design Builder will be required to fully develop drawings and specification which comply with National Fire Protection Association (NFPA), building codes, and Historic preservation requirements. PROJECT SCOPE This scope of work shall include limited design, all labor, supervision, equipment, materials and associated items necessary to complete the replacement of the fire alarms system. The successful offeror will be required to fully develop a full design and construction documents to incorporate the replacement fire alarm system. As the building is on the National Historic Register, care must be exercised to comply the National Historic Preservation Acts Section 106. Modifications to the building must be review by the GSA Regional Historic Preservation Office and the State Historic Preservation Office. Deliverables shall include, but are not limited to, new fire alarm system, as-built drawings, operation & maintenance manuals and training, full parts and labor warranty, and spare parts. The Contractor will be required have significant specialty design/build construction fire alarm experience. Due to the criticality of the project, the contractor shall perform at least 65% of the electrical work with its own in-house workforce. Current NICET Level II Fire Alarm certification is required for installers. Current NICET Level IV Fire Alarm certification and/or active Washington State Fire Protection Engineer licensing and registration is required for the designer. Electrical workers will be required to have the appropriate State electrical licensing. Experience in working on construction in nationally registered historic buildings is required. 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: Between $250,000 and $500,000 COMPETITION: Full and Open. This procurement will be open to all qualified business firms. Any qualified responsible firm, including large business, 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. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. Businesses of all sizes and socio-economic status are recommended to add their contact information in the Interested Vendors list for the pre-solicitation notice. PROJECT DURATION: Administration processing may take 30 days that may overlap with design which may take between 45 and 90 days due to SHPO design reviews. The projected construction schedule is 120 days from Notice To Proceed, with an additional 45 to 60 days allowed for successful completion and acceptance testing by the Authority Having Jurisdiction, as well as an additional 2 years for the warranty, with retesting at the 23rd month of the warranty. Maintenance/Warranty periods: The contractor will be required to provide a 2-year construction warranty, as well as standard manufacturer's warranties for the system and spare parts from project substantial completion and acceptance. The inclusion of an extended warranty is under review, with no specific term being identified as of yet. It has not been fully determined as to whether or not maintenance will be included concurrently with the warranties. The final solicitation documents will identify if an extended warranty and concurrent maintenance is required or not. 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 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 RFP is scheduled to be issued electronically on or after 07/25/20162 on the internet at:http://www.fbo.gov/. Any changes to this schedule will be posted. 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. The Project duration is anticipated remains unchanged. However, system maintenance will not be included in the solicitation. A pre-proposal conference and site visit is anticipated to be held on August 01, 2016, with specific details to be provided. Attendees are required to bring valid photo identification. Interested parties must register to attend the pre-proposal conference via e-mail with Contracting Officer Keith Goodsell (keith.goodsell@gsa.gov). Ensure to email a list of requested attendees included in the request is as follows: • Attendee Name (First, Middle, Last) • Attendee Email • Company Name and Designation if Prime or Sub (if Sub, indicate to which Prime) • Company Address • Company Phone Number • Designation if the attendee is attending the tour of the facility Only those parties who have the above required e-mail notice and provided necessary information in advance of the meeting will be allowed to attend. To request a reasonable accommodation due to a disability, contact the Contracting Officer. Specific details will be provided at a later date Parties failing to register by this deadline that is established will not be permitted to attend the pre-proposal conference/site visit tour. NOTE: Due to limited space within the occupied facility, no more than four (4) individuals per Design-Build Team (including the Prime Contractor and any sub-consultants) will be permitted at the pre-proposal conference and on the tour, regardless of company affiliation. Sub-contractors must identify which Design-Build Team they are associated with in order to attend the site visit tour; individual sub-contractors will not be permitted at the pre-proposal conference and on the site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10-P-16-LT-C-7001/listing.html)
 
Place of Performance
Address: 138 West First Street Port Angeles, Washington 98362-2600, Port Angeles, Washington, 98362-2600, United States
Zip Code: 98362-2600
 
Record
SN04178718-W 20160714/160712234256-a80deddc971fdccaa4da6fc7ec7b470f (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.