Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
MODIFICATION

Z -- Design-Build Tenant Improves for HHS-OMHA U.S. Courthouse Seattle

Notice Date
12/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-17-LT-R-0001
 
Point of Contact
Keith R. Goodsell, Phone: (253)931-7775, Dawn M Ashton, Phone: 253-931-7784
 
E-Mail Address
keith.goodsell@gsa.gov, dawn.ashton@gsa.gov
(keith.goodsell@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration, Northwest/Arctic Region, Public Buildings Service is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a future design-build construction services for tenant improvements for offices and related infrastructure on the 6th and 11th floors (approproximately 28,379 square feet) of the United States District Courthouse Seattle (Building WA0102ZZ) located at 700 Stewart St. Seattle, WA 98101-1271. This Notice is for market research only. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Market Research for Qualified Business sources (Prime, subcontractors, & sub-consultants) NAICS: 236220 Commercial and Institutional Building Construction; Product Service Code of Z2AA, Repair or Alteration of Office Buildings; Anticipated Magnitude of Construction and design: between $1,000,000 and $5,000,000. Note: this magnitude may change when a solicitation is issued. Work will be required to be fully complete and ready for move in by HHS OMHA by 09/31/2016. The work is being performed on behalf of the United States Department of Health and Human Services (HHS) Office of Medicare Hearings & Appeals (OMHA). Work includes Design-Build Construction Servicces including architectural/ engineering (A-E) design services by Washington State registered architects and engineers to address architectural, structural, electrical, mechanical, fire/life/safety, acoustic, demolition, audio/visual, interior design elements of the project. Other work includes general construction/carpentry, HVAC, fire/life/safety, electronic security, telecommunications, finish work, Audio-Visual, electrical, flooring/carpentry, patching & painting, potential furniture moving and related work. It is expected that interested parties be both have the ability to perform the work and demonstrate that they have the requisite successful experience working with the GSA in one or more of the trades associated with the work listed above. For security (FIPS 201, FICAM, HSPD-12, PACS and Intrusion Detection Systems) see the list of qualified vendors noted at www.idmanagement.gov. HHS/OMHA intends to require brandname equipment and systems installed to interface with the Department and Agency's security system. As such, an approved Justification will be provided for those brandname products and services. There may be other brandname products and services included in the approved justification due to other systems installed within the building (Building automation system, HVAC, Fire/Life/Safety, etc.). Please note that construction and demolition work will require the appropriately licensed and experienced trades to perform the work in a timely and efficient manner. A draft Project Development Study has been provided for review for those firms interested in participating in the forthcoming solicitation. Interested parties are required to comply with GSA Order 3490.2 regarding safeguard Sensitive but Unclassified building information that will be provided and are required to complete and return an agreement stating the same before access to some of the information is provided. This project will deliver a fully functional space solution for the 6th and 11th floors that the HHS OMHA will be occupying in the United States District Courthouse The design-build contractor will be responsible for design, demolition, construction, with possible moving services. The work will be required to be phased as spaces become available at different dates and times. As such, close coordination will be required with building tenants. Also, there is high probability that there will be no onsite laydown areas other than in the spaces that the work is being performed. The same applies for onsite waste/debris containers as the containers will not be allowed in or around the building due to security reasons. Disposal will need to occur on an as needed basis. Expectations: All on site contractor team working onsite will need to be cleared through GSA and OPM. As such, it is requested that you carefully consider the security processing capabilities of your firm and associated subcontractors. The current process is taking approximately 30 to 45 days or more after a fully completed and accurate package is received. Contractor personnel must be prepared to complete online security questionnaires and obtain fingerprinting at one of the local facilities within the greater Seattle region, The Contractor will need to closely plan and coordinate with the Government to meet GSA, HHS OMHA, requirements for design reviews, material deliveries, and access to high security areas (U.S Marshall's Service, and Federal Courts), utility outages, and other special project related requests. The Contractor will need to closely cooperate and collaborate with the GSA, and HHS OMHA and Construction Management/Commissioning contractor to move the project forward. The expectation is that the Contractor will take the necessary actions to resolve all issues in an expeditious and friendly manner. The Contractor will need to closely manage and coordinate with subcontractors. The contractor's detailed design documents will need to be reviewed by the HHS OMHA and the GSA. The design team must be well versed in all applicable codes and processes, especially local codes and GSA Region 10 requirements. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 1. Business name, address and point of contact information. 2. Business size as listed in the System for Award Management website (sam.gov). 3. Provide a brief description of your workforce including disciplines trades, number employees per discipline/trade, certifications, licensing, and qualifications. 4. Identify any teaming arrangement with subcontractors/subconsultants that your firm has worked with or will need to work with to accomplish all of the work noted above. 5. Identify the number of projects and dollar value of projects that your firm or potential team has completed with of comparable size and complexity, 6. Identify the number of projects and dollar value of projects that your firm or potential team has completed with the GSA and HHS OMHA. 7. Identify the number of number of project management, A-E, and trades personnel current cleared to work with GSA. 9. If you are responding to this Notice from outside the geographic location of the work, please provide a short narrative detailing how you propose to mobilize and perform the work at a fair and reasonable price to the Government. 10. Please indicate if your firm is large business, other than small business, small business socio-economic concern including, but not limited to service disabled veteran owned small business, veteran owned small business, women owned small business, economically disadvantaged women-owned small business, HubZone certified business, 8(a) certified business or joint venture, Alaska Native Corporation, Native American Tribally owned business or other business (provide details if other) 11. Indicate whether you are interested in participating as prime contractor, subcontractor, subconsultant, or other. If other, clearly specify your interest. Comments may also be provided in response to this Sources Sought Notice. Please note that it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, economically disadvantaged women-owned small business concerns. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 01/04/2017. All responses under this Sources Sought Notice must be emailed to keith.goodsell@gsa.gov and dawn.ashton@gsa.gov. If you have any questions concerning this opportunity please contact: Keith Goodsell at keith.goodsell@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/ GS-10-P-17-LT-R-0001/listing.html)
 
Place of Performance
Address: United States District Courthouse, 700 Stewart, Seattle, Washington, 98101-1271, United States
Zip Code: 98101-1271
 
Record
SN04357572-W 20161223/161221234758-65422234042d507f3954639fbdd9ed52 (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.