Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

Y -- Contract 3 for a New Training Center in VA

Notice Date
11/29/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GS-03-P-17-AZ-C-0002
 
Archive Date
8/4/2017
 
Point of Contact
Kimberly A. DeSant, Fax: (215) 209-0548
 
E-Mail Address
kim.desant@gsa.gov
(kim.desant@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation will result in a contract known as Contract 3. This contract is described in greater detail in the paragraphs below. This contract will include Two Step source selection procedures. The requirement of this project is for the procurement of a construction firm to provide all labor, material, equipment, and supervision necessary for Construction Contract 3 for a new Foreign Affairs Security Training Center (FASTC) for the Dept. of State located in Blackstone, VA. The new Training Center includes a combination of classroom/administrative facilities and hands-on special spaces such as simulation labs, fitness center, high-speed driving tracks, indoor/outdoor firing and explosive ranges, mock urban environments, and other entities that will be constructed on approximately 1,400 acres in Virginia. It should be noted that Contract 1 ( already awarded ) includes an explosives demonstration range, live-fire shoot house, mock outdoor urban training (MOUT) area, rappel tower, tactical maze, and smoke house. Included with each venue are associated site-work and infrastructure necessary for general accessibility to the site parcels, and integration of utilities and infrastructure shared in common with off-site venues and other facilities. Also, Contract 2 ( already awarded ) includes a 25-Meter indoor firing range, 100-Meter baffled indoor/outdoor tactical range, tactical training building, administration office and classroom building, two high-speed driving tracks, mock urban driving track, unimproved road driving course, vehicle maintenance shop, post blast training range, site-work for balance of the site, and infrastructure for all venues previously constructed and for those to be constructed, up to the point of the building connection. Contract 3 will be the final construction phase of the FASTC project in Blackstone, VA and will complete all remaining programmatic structures required in order for Dept. of State to provide proper training to their employees. This phase includes fitness center, warehouse space, multiple drive tracks, multiple classrooms, multiple explosive training areas, firing ranges and an armory. The estimated cost range of this project is over ten million dollars ($10,000,000.00), will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). The successful offeror will be required to utilize GSA's computer software ePM system (Electronic Project Management) to communicate with the entire team regarding the status of contract administration issues. Award for this contract is expected to be made in early August 2017. The contract period will be approximately 556 calendar days. Any general contractor and subcontractor who require access to classified information must also have a Secret facility clearance and provide specific individuals (in designated disciplines) with Secret personnel security clearances. The general contractor and subcontractor are responsible for the cost of obtaining the clearance(s). A source selection/best value method will be applied for evaluation of offers and selection of the successful Offeror(s) for the procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being more important than price. The solicitation will require offerors to initially submit a Step 1 technical proposal. The technical proposals will be evaluated to determine technical acceptability. The second phase will consist of GSA's notification to all firms as to their technical rating. The third phase will consist of GSA's request of offerors to provide Step 2 technical proposals, as well as price proposals. For the fourth phase, Step 2 technical proposals and price proposals will be received and reviewed. If award is not made on initial offers, the fifth phase includes a competitive range of offerors will then be determined on the basis of technical qualifications identified in the solicitation, along with price, and will include all proposals that have a reasonable chance of being selected for award. Interviews may be conducted with those firms in the competitive range. Written and or oral discussions may be conducted with those firms in the competitive range, if needed. Offerors will submit their Step 1 technical proposals, consisting of the following technical factors: Relevant Past Experience, Relevant Past Performance, Project Team Qualifications and Mgmt. Approach and Subcontracting Methodology. It should be noted that the evaluation factors are listed in decreasing order of importance, with Relevant Past Experience worth considerably more. A technical rating will be provided and offerors may submit their price proposals and their Step 2 technical proposals, consisting of the following technical factors: Project Management Plan, Project Schedule, Key Personnel and Project Labor Agreements (PLA's). It should be noted that these evaluation factors are listed in decreasing order of importance. A ny firm who submitted a Step 1 technical proposal will not be precluded from submitting a Step 2 proposal. However, a contractor must submit a proposal under Step 1 in order to submit a proposal under Step 2. The contractors' overall scores will include the scores from Step 1 and Step 2. The Step 1 scores are weighted 33% and the Step 2 scores are weighted 67% of the overall score. The solicitation will be available on or about 12/14/16. Interested parties may download their own copy of these documents. These documents will be in.pdf format and may be accessed at http://www.fbo.gov. It is the offeror's responsibility to monitor this website for the release of any amendments and to download their own copy of any amendments. This site provides instructions for downloading the amendment file(s). Licensed general contractors are invited to respond to this Stage 1 Pre-Solicitation Notice by submitting one (1) original of their Step 1 technical proposal. The technical proposal should be in a 3 ring binder format and should be organized to correspond with the evaluation factors. Contractors are also required to submit a USB flash drive that contains their Step 1 technical proposal by the proposal due date. For Step 1, there will be a Pre-Proposal Conference for General Contractors only held on December 21, 2016. This conference will be held at the Dow Building at 100 S. Independence Mall West in Philadelphia, PA. More details with a specific time will be included in the solicitation. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in amendments to the solicitation. The general nature of this proposed contract will be discussed at this conference. Attendence at t his conference is not mandatory. There will be a separate Pre-Proposal Conference, providing instructions for the submission of Step 2 technical and price proposals, which will be conducted within a reasonable time following the issuance of the Step 2 solicitation documents. The purpose of this conference will be to address general questions regarding the overall project and the solicitation package. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in an amendment to the solicitation. The general nature of the proposed contract will be discussed. At the same conference mentioned above, a Small Business Networking Session will be held. This session will invite all interested small business subcontractors and vendors to meet with the General Contractors who plan to submit a Step 2 technical and price proposal. If the successful offeror is a large business, an approved subcontracting plan will be required prior to award, in accordance with FAR Part 19.7. This subcontracting plan demonstrates a proactive effort to achieve small business goals for all subcontracted work. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. This procurement is being solicited unrestricted through full and open competition procedures. The NAICS CODE is 236220. This synopsis constitutes the synopsis of the Pre-Invitation Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03-P-17-AZ-C-0002/listing.html)
 
Place of Performance
Address: Blackstone, Virginia, United States
 
Record
SN04338184-W 20161201/161129234305-89a8f94a41884cbf8b3d202660bd4089 (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.