United States - Buildings 40 and 1A Progressive D-B

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 October 2019
Opportunity publication date
03 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 02, 2019 2:53 pm

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERORS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITING OFFERS.
The General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Office of Design and Construction is conducting a market survey and is seeking competent and qualified construction firms to provide Progressive Design-Build Construction services for the renovation of Building 40 and Building 1A located on the Denver Federal Center campus to accommodate tenant requirements pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures (FAR Subpart 36.6), incorporating Design and Construction Excellence. Specifically, it is GSA's intent of procuring this requirement using the Progressive Design-Build method.
GSA is seeking highly qualified construction firms with design-build experience.
The magnitude of the D-B contract is estimated to be between $10,000,000 and $20,000,000.
Building 40 consists of approximately 37,813 usable square feet. Building 1A consists of approximately 3,038 usable square feet.
SCOPE OF SERVICES
The majority of this project's scope will focus on a modernization of the building's interior for its new tenant. In addition, this project will replace the fire protection, mechanical, electrical, and plumbing systems which are at the end of their useful life or non-conforming to code or the PBS P-100. Building 40's windows are failing and new windows should improve the building's overall efficiency, supporting the building mechanical design and daylighting effort. The project shall replace all major building systems with new, efficient systems which support reductions in energy consumption and improve occupant comfort. Use of the Central Plant located in Building 41 should be considered for Building 40. A stand-alone system will be considered for 1a.

The architectural design shall respond to the tenant's programmatic requirements, and develop creative solutions to meet their operational needs and organizational utilization rate requirement of 180 square feet per full time employee. The interior design shall reflect the tenant's mission to: sustain the health, diversity, and productivity of America's public lands for the use and enjoyment of present and future generations. The building's main public entrance from the exterior shall be clearly identifiable and inviting, also evoking the tenant's mission while maintaining a clean, modern style in-line with the existing exterior. For Building 1a, the building will serve as the tenant visitor center and shall provide a welcoming first impression for visitors.
PROJECT OBJECTIVES
This project shall be accomplished under GSA's Design Excellence Program. The DB contractor shall be contracted through a two-stage source selection process ensuring best value to the Government, its clients and the citizens of the United States of America. The design and construction of this courthouse shall produce a high quality, high performance facility on budget and on time. The built project is to:
1.  Achieve the status of a high-performance green building meeting federal energy and water conservation goals and incorporating exceptional integration of architectural form and optimized building systems which provide excellent indoor environmental quality;
2.  Optimize building envelope;
3.  Make a distinct architectural statement that is responsive to the site and urban context, contributing to the overall urban design quality and life of the campus;
4.  Incorporate durable, sustainable materials;
5.  Provide a high-performance workplace that enhances all human factors including: health, functional efficiency, productivity, space flexibility, air quality, and comfort in thermal, acoustic and visual perspectives and utilizing natural light;
6.  Facilitate cost effective sustainable operations and maintenance;
7.  Conform to the Interagency Security Criteria (ISC) and all security criteria established for this project;
8.  Utilize our nation's most talented architects, engineers, landscape architects, interior designers and contractors to design and modernize and commission a federal office building of outstanding quality and value, and;
9.  Meet all Federal energy and water conservation goals
PROCUREMENT
The GSA has chosen the delivery method known as Progressive Design-Build. The acquisition will be conducted in accordance with FAR Subpart 36.6. The GSA will engage the progressive design-build contractor early in the development state of the contract. The resulting contract will include a firm-fixed price for design phase services and a guaranteed maximum price (GMP) for all construction phase services. The GMP will include estimated costs of work, general conditions, overhead and profit. The contractor will be entitled to actual costs plus fee up to the GMP ceiling.
An award is anticipated during the month of August 2020 with design phase services commencing shortly after. Substantial completion is anticipated September of 2022.
The North American Industry Classification System (NAICS) code for this procurement will be 236220 - Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 million.
CAPABILITY STATEMENT
Respondents capable of performing the above services shall provide a general capabilities statements no more than 10 pages in length. Capabilities statements shall include the following information:
Criteria 1: provide company name, DUNS number, company address, point of contact name, phone number, and email.
Criteria 2: provide company business size based on NAICS code 236220 for Commercial and Institutional Building Construction. Also provide the business type (i.e. Large Business, Small business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners, and/or potential teaming partners.
Criteria 3: A positive statement of your intention to propose as a prime contractor on any solicitation that may be released as a result of this sources sought notice.
Criteria 4: Demonstration of successful performance of no more than two (2) design-build projects performed within the last five (5) years that are of comparable size, complexity, and scope to the Building 40 and 1A scope. To demonstrate comparable size, complexity and scope interested respondents shall include the following:
1. Project name
2. Project owner
3. Total gross square feet of project
4. Total construction dollar value
5. Provide a detailed description of the project to include design and construction services
6. Describe specific technical skills and the key personnel your company
possess to perform the work described above.
7. Provide a statement confirming the contract method was design-build 8. Provide a statement regarding bonding capabilities
Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above. All responses shall be submitted to Rhonda Widick at rhonda.widick@gsa.gov no later than 1:00 PM, MST, Wednesday, October 16, 2019. Please reference "Buildings 40 & 1A Progressive D-B" in any email response.
This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's decision will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award, all interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.

Opportunity closing date
16 October 2019
Value of contract
to be confirmed

About the buyer

Address
General Services Administration R8 Rocky Mtn Region Acquisition Division (47PJ00) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?