Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

Z -- FY16 DESIGN-BID-BUILD, Tenant Improvements for Grand Jury, EOIR and EPA at the Edward J. Schwartz FB&CH, San Diego, Ca - Amendment 1

Notice Date
2/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R9 ACQ MGMT DIV PROJECTS BRANCH (47PK01), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
 
ZIP Code
94102-4912
 
Solicitation Number
47PK0117R0012
 
Point of Contact
Shelita Harper, Phone: 415-522-3206, Bernard Tong, Phone: 415.522.3162
 
E-Mail Address
shelita.harper@gsa.gov, bernard.tong@gsa.gov
(shelita.harper@gsa.gov, bernard.tong@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 AMENDMENT 0001 IS NOW AVAILABLE THIS NOTICE IS BEING ISSUED TO NOTIFY PERSPECTIVE BIDDERS TO INCORPORATE THE FOLLOWING CHANGES IN THE SOLICITATION AS INDICATED PER THE ATTACHED. AMENDMENT 0001. PLEASE NOTE THAT BIDDERS MUST ACKNOWLEDGE RECEIPT OF THE ATTACHED AMENDMENT BY SIGNING AND RETURN WITH YOUR SUBMITTED PROPOSAL Construction Documents and Specifications are available on the password protected ftp site. Please contact Shelita Harper for approval and password. shelita.harper@gsa.gov ____________________________________________________________________ To all Perspective Offerors!!! Please be advised that Amendment 0001 will not be issued on today. Amendment 0001 will be issued early next week. As a result of these changes the proposal due date has been extended from Friday February 23, 2018 to Monday March 5, 2018 no later than 3:00 p.m. local time. It is the contractor's responsibility to ensure receipt of offer by GSA Amendment 0001 will consist of the following documents · Attachment I Price Evaluation Form · Attachment II Contract Form SF 1442 · Attachment III Pre-Proposal Sign in Sheet Attachment · Attachment IV Agreement Period of Performance · Attachment V Responses to Questions · Attachment VI Construction Documents and Specifications (contact Contracting Officer for release) *********************************************************************** GSA announces an opportunity for a General Contractor (GC) (also referred to as Offeror or DBB Contractor) to provide construction services who shall be singularly responsible to satisfy the terms of the resulting Design Bid Build contract. Client Agencies: Executive Office of Immigration Review (EOIR), Grand Jury and Environmental Protection Agency (EPA) Size: This Renovation & Alteration project proposes the backfill of space on the 1st floor of the Courthouse (CH) with U.S. Grand Jury (4000 s.f.), the 1st floor of the Federal Office Building (FOB) with a future tenant improvement (2,300 s.f.), 3rd floor of the FOB with Environmental Protection Agency R9 (2000 s.f.), 4th floor of the FOB with Environmental Protection Agency CID (1,500 s.f.), and 4th floor of the FOB with Executive Office of Immigration Review (18,000 s.f.) Parking Spaces: The existing parking is not impacted by this project. Budget: Estimated Price range is between $12,000,000 and $14,000,000 Geographic Limitation: This project is open nationwide with at least 35% of the level of contract effort performed within a 60 mile radius of San Diego, California. Small Business Set Aside: As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 36.5% to include the following: HUB Zone Small Business - 3%; Women-Owned Small Business - 3%; Small Disadvantaged Business - 5%; Service-Disabled Veteran-Owned Small Business - 3%. PROJECT DESCRIPTION The Edward Schwartz building at 880 Front / 221 W. Broadway Streets in downtown San Diego consists of two wings: the 5-story courthouse wing (CT) and the 6-story federal building wing (FB). The CT houses the courtrooms and chambers of the Federal District Court for the Southern District of California, as well as the Court of Appeals and certain U.S. Marshal Service operations. The FB houses the U.S. Attorneys, ICE, FPS and various other federal agencies. SCOPE OF WORK The DBB Contractor shall provide all supervision, labor, materials, equipment, and testing required to accomplish the design and construction for the Grand Jury, EOIR and EPA at Edward J. Schwartz Federal Building & Courthouse. This Repair & Alterations project includes tenant realignment and systems upgrade following the move of the IRS and the District Court Clerk and Judges to San Diego's New Courthouse Annex which was completed in the first quarter of FY2013. The project will cover 3 main areas of work: 1. Recovery of vacant space work includes Tenant Improvements, with related MEP upgrades on the 1st, 3rd, and 4th floors of both the Federal Office Building and the Courthouse wings of the building complex. 2. Building system upgrade includes automatic transfer switches replacing main switch gear; new emergency generator; replacement of water shut-off valve, cracked plumbing at all floors; and cleaning & sealing of precast concrete panels on south side of FB wing. 3. Fire/Life safety work includes sprinkler coverage retrofit; quick response sprinkler heads; electric fire pump to replace diesel pump. Construction services shall include, but not limited to, security clearances for workers (HSPD-12), 4-week look ahead schedules, demolition, site supervision, drywall, mechanical, electrical, automatic sprinkler system, architectural finishes, submittal samples, HVAC, system balancing, fire and life safety, security infrastructure, protocols for utility outages, dust and noise mitigation, clean up after work, file and record management, and all other work to meet the tenant agencies' requirements. The Schwartz FB & CT must remain fully operational throughout design and construction of the project. Work deemed to be disruptive to tenants (loud noise, hazardous odors, dust, etc.) must be scheduled after hours in order to minimize disruptions to building occupants and to maintain public safety. The project delivery method is Design Bid Build with 100% Construction Documents provided to the contractor. This contract is expected to be awarded in the 3rd Quarter of 2018, so that tenant move can start in the 2nd Quarter 2020. SELECTION PROCESS This procurement is being conducted using a single phase selection process pursuant to the procedures in FAR part 15.3, Source Selection. The objective of Source Selection is to select the proposal that represents the best value to the government. All interested bidders may submit proposals in 2 Volumes: Volume I, "Technical" and Volume II "Price". Proposals will be evaluated in accordance to the evaluation criteria in the solicitation. The Government will award the Contract to the selected Offeror using best value determination. OTHER FORMS REQUIRED FOR SUBMISSION WITH PROPOSALS • Offerors must be registered and provide proof of active status in the System Award Management (SAM) https://www.sam.gov on-line system at time of RFP submission. • Proof of ability to provide bonding capacity of a minimum of $12,000,000.00 in the form of a letter from a surety • Signed Sensitive but Unclassified (SBU) Information Form (Attachment 1) • Representations and Certifications. Offerors submitting a proposal in response to this Solicitation shall complete electronic Annual Representations and Certifications in conjunction with required Entity registration in the System for Award Management. • Qualifications of Offerors - Financial Responsibility Offerors submitting a proposal in response to this Solicitation shall submit with their proposal evidence of their financial responsibility and capacity to perform the Contract. Offerors shall submit this information on GSA Form 527 - Contractor's Qualifications and Financial Information. Where applicable, point of contact, including names and telephone numbers, are required for all contracts listed • Subcontracting Plan - Small Business Subcontracting Plans Federal contractors are required to maintain an acceptable subcontracting plan if they are a large business (including all affiliates) and the estimated dollar value of the base contract and all option periods exceeds, or is expected to exceed, $700,000. EVALUATION FACTORS EVALUATION CRITERIA ELEMENTS WEIGHTS Experience on SIMILAR PROJECTS Weight = 40 Past Performance on SIMILAR PROJECTS Weight = 35 Experience of Key Personnel Weight = 25 1. Technical Evaluation Factors. Quality ratings will be assigned based on three (3) technical factors. The standards to be used in evaluating the three (3) factors are described below. In addition, the weight of each technical factor is specified. The importance of the combined technical factors is approximately equal to price. 2. Definition of "SIMILAR PROJECT" - SIMILAR PROJECT means a project involving renovation and alteration (must include MEP), of a fully occupied federal office building or federal courthouse, working on 3 floors, exceeding $12,000,000.00 in initial award amount, that was substantially completed in the last 10 years. EVALUATION FACTOR 1: Experience on SIMILAR PROJECTS Weight: 40% Description: This factor considers the extent of the Offeror's experience on SIMILAR PROJECTS. This factor will be evaluated based upon the written response to the RFP by the Offeror and the experience demonstrated by the presented projects. The Offeror must demonstrate successful experience as a General Construction (GC) Contractor responsible for the construction of three (3) SIMILAR PROJECTS. For extra consideration purposes, a maximum of five (5) total SIMILAR PROJECTS may be submitted for this Factor. Submittal Requirements: For each SIMILAR PROJECT, submit a fact sheet that includes the following information: 1. Project name and location, number of floors in the building, project photographs (no more than three (3)). 2. Initial Contract Award Amount and Final Contract Value. Include the number of modifications issued. 3. Initial completion date and Actual completion date and reasons for time extensions. 4. Provide a detailed project description which includes details about the demolition, mechanical, electrical, plumbing, framing, drywall, millwork, and finishes. 5. Indicate whether the building was occupied or not during construction 6. Indicate whether the building is a Government or Commercial building. Projects that do not meet the definition of SIMILAR PROJECT will not be considered. Proposals that fail to provide the submittal requirements for each submitted project as outlined in 1-6 above for this Factor will not be considered for evaluation. **Please note that each project submitted under Technical Evaluation Factor 1 shall be limited to a total of two (2) double-sided, 8-1/2" x 11" pages. Standard for Evaluation is met when: The offeror demonstrates experience on three (3) SIMILAR PROJECTS. Additional Consideration may be given for: · Experience with Courthouse security and circulation · Submittal of more than 3 SIMILAR PROJECTS, (a maximum of five (5) total for this project may be submitted that meet the definition of SIMILAR PROJECTS) · Experience with rooftop equipment installation, such as crane operation, which required coordination with proposed project City for street closure. EVALUATION FACTOR 2: Past Performance on SIMILAR PROJECTS: Weight: 35% Description: This factor considers the Offeror's past performance on SIMILAR PROJECTS. Offerors shall submit a minimum of three (3) projects within the last ten (10) years to be considered under this factor. **PLEASE NOTE - The projects submitted by the Offeror under Evaluation Factor 3 - Past Performance on SIMILAR PROJECTS must be the same projects as those submitted under Evaluation Factor 1 - Experience on SIMILAR PROJECTS. In accordance with FAR 15.306, the offeror will be given the opportunity to respond to adverse past performance information. Submittal Requirements: The Offeror must submit a Past Performance Questionnaire (PPQ) (included in the solicitation as Attachment II), completed by the applicable client, for each project included in its proposal for Factor 1, Experience on SIMILAR PROJECT. Completed PPQs should be submitted directly to the Contracting Officer, Shelita Harper. Ensure correct phone numbers and email addresses are provided for the client point of contact. Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the Offeror is unable to obtain a completed PPQ from a client for a project before proposal closing date, the Offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the project. If the client requests, the client may submit a questionnaire directly to the Government's point of contact, via email at shelita.harper@gsa.gov prior to proposal closing date. Offerors may resubmit questionnaires previously submitted with other proposals or may obtain an updated/new PPQ from a client for any submission. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other RFPs. Also include performance recognition documents received within the last 10 years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the Offeror's proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), previously submitted PPQ information, and any other known sources not provided by the Offeror. While the Government may elect to consider data from a variety of sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. GSA will not maintain database of PPQs submitted by Offerors. Standard of evaluation is met when: The General Contractor receives all Satisfactory (S) PPQ ratings on the PPQ for each project identified in Evaluation Factor Number 1 (maximum of 3). Additional consideration may be given for: • Past performance surveys that are given an overall rating of Exceptional (E) on Question 7, sub E, of the PPQ • More than three (3) SIMILAR PROJECTS that are given an overall rating of Very Good (VG) on the PPQ on Question 7, sub E, of the PPQ. EVALUATION FACTOR 3: Experience of Key Personnel: Weight: 25% Description: This factor considers the credentials of certain proposed personnel and the quality of their project experience on SIMILAR PROJECTS, as well as the proposed team's demonstrated ability of working together. The response to this factor should include resumes for the Key Personnel listed, and an organization chart of proposed team members Submittal Requirements: Submit resumes for the following individuals · Project Manager · Construction Superintendent · Construction Quality Control Manager · MEP Coordinator · Cost Estimator Resumes must include education, certifications, licenses, relevant work history (including position) on 3 SIMILAR PROJECTS, and which other team members the individual worked with on SIMILAR PROJECTS. If the SIMILAR PROJECTS are not the same as those listed in Factor 1, please provide information to verify that the project was a SIMILAR PROJECT. Proposals that fail to provide the submittal requirements for each key personnel as outlined above, and failure to provide the organization chart required, for this Factor will NOT be considered for evaluation. Standard for Evaluation is met when: Each of the individuals listed as a Key Personnel has experience on three (3) SIMILAR PROJECTS in positions that demonstrate qualifications for the position they are being proposed for this project, and when an organization chart of proposed team members is provided. Additional Consideration may be given for: • Key Personnel that have worked together on projects that are Design Bid Build • Key Personnel, working in the same role on SIMILAR PROJECTS as proposed for this PROJECT Evaluation of Joint Venture Offerors All offers submitted by joint ventures must include a copy of the joint venture agreement which fully discloses the legal identity of each member of the joint venture, the relationship between the members, the form of ownership of each member, and any limitations on liability or authority for each member. An authorized representative of each member of the joint venture must sign the SF 1442 accompanying an offer regardless of any agency relationship established between the members. In the case of corporations that are joint venture members, the corporation secretary must certify that the corporation is authorized to participate in the joint venture, either by so certifying in the joint venture agreement, or by submitting a separate certification to the Government. The joint venture must also provide a certificate that identifies a principal representative of the joint venture with full authority to bind the joint venture. Representations and certifications, financial information, and past performance information must be submitted for each member of the joint venture. If the Offeror is a joint venture, information submitted for a party to the joint venture will only be evaluated to the extent that the terms of the joint venture agreement do not limit such party's performance or financial obligations as a party to the Contract contemplated by this Solicitation. It should be noted that if an Offeror is responding to the RFP as a Joint Venture that entity must be certified and provide the necessary documentation prior to the proposals due date. Additionally the Joint Venture entity must also be registered in System for Award Management (SAM) by the date proposals are due. In the evaluation of responsibility and non-price factors, information submitted for a party to the joint venture will only be evaluated to the extent that the terms of the joint venture agreement do not limit such party's performance or financial obligations as a party to the Contract contemplated by this Solicitation. DRAWINGS Drawings for this solicitation will be available on January 8, 2018. If you are interested in receiving the Specifications and Drawings for this solicitation, you must complete the Document Security notice (attached to the solicitation). Documents will be released through a secure site upon approval. The Document Security Notice must be sent via email to Contracting Officer, Shelita Harper at Shelita.harper@gsa.gov and Darren Daniels at darren.daniels@jacobs.com ALL SUBMISSIONS ARE DUE by 3:00 PM local time on February 23, 2018. Contracting Officer: Shelita Harper, Contracting Officer Delivery Address: 50 United Nations Plaza, Mailbox #9 Room 3486 San Francisco, Ca 94102 Phone Number: 415.522.3206 The following information must be on the outside of each volume: 1) Solicitation Number/Title 2) Due Date 3) Closing Time Late responses are subject to FAR 52.214-7. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $12,000,000 gross receipts over a three (3) year period or no more than $4,000,000 gross average receipts per year for the same time frame) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. Contract will be procured under FAR Part 15. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/47PK0117R0012/listing.html)
 
Place of Performance
Address: Edward J. Schwartz Federal Building & Courthouse, 880 Front Street / 221 W. Broadway Street, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN04819303-W 20180214/180212230933-9820f7646ae364066b1e2799a58a9686 (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.