Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

Z -- William Kenzo Nakamura United States Courthouse Elevator Machine and Controls Modernization - Project Development Study

Notice Date
2/8/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
47PL0118R9000
 
Point of Contact
Kimberly M Johnson, Phone: (253) 931-7337, Dawn M Ashton, Phone: 253-306-1711
 
E-Mail Address
kimberlym.johnson@gsa.gov, dawn.ashton@gsa.gov
(kimberlym.johnson@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Industry Outreach Questionnaire Nakamura Elevator Project Development Study - Redacted Request for Qualifications and Sources Sought Solicitation: 47PL0118R9000 William Kenzo Nakamura United States Courthouse Elevator Machine and Controls Modernization The purpose of this Request for Qualifications & Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 238290 - Other Building Equipment Contractors. The small business size standard for NAICS code 238290 is $15.0M in average annual receipts over the past three (3) years. FY2018 Project Summary The General Services Administration (GSA) proposes a repair and alteration project to upgrade the machnies and controls of the building conveyance systems at the Nakamura United States Courthouse located at 1010 5th Avenue in Seattle, WA. Alterations will focus on completely upgrading the passenger elevators 1-4. Building Completed in 1940, the William Kenzo Nakamura U.S. Courthouse was the first single- purpose federal courthouse in the western United States. The building represents the United States' commitment to democratic ideals and evokes the stability, permanence, and authority of the federal government. Opened ten years after the Great Depression halted virtually all Seattle construction, the building signaled the potential for new growth in downtown Seattle and substantial federal investment in the region. Constructed on the former site of Seattle's first hospital, the Nakamura Courthouse cost $1.7 million to complete and brought together federal agencies previously scattered throughout the city. These included the Federal Bureau of Investigation, Clerk's Office, Probation Office, Secret Service, and the Alcohol Tax Unit. Additionally, naturalization ceremonies for immigrants to the Pacific Northwest occurred here. The U.S. Court of Appeals for the Ninth Circuit, now the principal tenant, moved into the courthouse in the early 1970s. The proposed project will upgrade the machines and controls of the four existing traction passenger elevators by providing a code compliant system that will improve safety, reliability, and serviceability. Justification The elevator system is more than 40 years old and nearing the end of its useful life. The current passenger cabs will not be replaced due to modernization in 2009. The modernization effort will be focused on the aging gears and drives of the current elevator system. Summary of Energy Compliance This project will be designed to conform to requirements of the Facilities Standards for the Public Buildings Service and will implement strategies to meet the Guiding Principles for High Performance and Sustainable Buildings. GSA encourages design opportunities to increase energy efficiency above the minimum performance criteria. Project Description & Approach Delivery Method: Design Build Contract Type: Firm Fixed Price Magnitude of Construction: $1.5M to $2.0M Source Selection: Best Value in accordance with FAR Part 15.3 considering technical factors and price Scope: See attached Project Development Study The GSA envisions a highly collaborative design build delivery approach for this project where the DB contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient elevator modernization project. As required by law, the facility must meet federal energy goals. The project is also to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The DB team will be evaluated with the technical and price factors provided. During the development period from initial concept to final design the DB team will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best practices are utilized. GSA will be contracting separately for Construction Management Assistant (CMa) services. The CMa will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including the project kick-off meeting. The CMa will also perform Elevator Inspection services. All installed elevator systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks The need for continuous operations during construction presents unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction This project scope at the William Kenzo Nakamura Courthouse Elevator Design Build Modernization must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) Review and complete attached Sources Sought Questionnaire and return electronically to the Points of Contact listed in this notice. 2) Please provide the following information: a) Company name. b) CAGE code c) DUNS number d) Active SAM registration printout (www.sam.gov) e) Firms Business size/Socioeconomic status (Definitions can be found at www.sba.gov ) 3) A statement describing the company's interest in performing the work. 4) Capabilities and experience with federal projects in design and construction of elevator modernizations in the $1.5M - $2.0M range. Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past five (6) years. 5) Name of Surety, maximum bonding capacity per project and aggregate maximum bonding capacity. 6) Contact information, Point of contact name, Phone Number, Email address and web address (if available). Responses should be emailed not later than the date specified in this requirest for qualifications notice as follows: dawn.ashton@gsa.gov and kimberlym.johnson@gsa.gov Each response will be reviewed by the GSA Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this announcement via email not later than 2:00 p.m. Pacific Time, 22 February 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/47PL0118R9000/listing.html)
 
Place of Performance
Address: William Kenzo Nakamura United States Courthouse, 1010 5th Avenue, Seattle, Washington, 98104, United States
Zip Code: 98104
 
Record
SN04817391-W 20180210/180208231738-4c5f65ba0e2a8d98d03a91f9f810fe3d (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.