The RFP Database
New business relationships start here

Design-Build Tenant Improvements at JFB for EIOR Seattle Relocation


Washington, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 an upcoming design-build construction tenant improvement project for the relocation of Executive Office of Immigration Review (EOIR) from private sector leased space to Federal leased space, and includes design and construction of offices and related infrastructure on portions of the 4th, 5th, 6th and 7th floors (approximately 15,000 square feet) of the Seattle Jackson Federal Building, (Building WA0101ZZ) located at 915 Second Ave, Seattle, WA 98174.

Ensure that you download and review each document included with this Notice.

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 $5,000,000 and $10,000,000. Note: this magnitude may change when a solicitation is issued. All work shall be Substantially Complete and move-in-ready for occupation by the Executive Office of Immigration Review (EOIR) no later than 07/29/2019, with resolution of punchlist items/closeout submittals and Final Completion no later than 08/27/2019. There may be associated build-out and move of GSA offices as part of the project.

The work is being performed on behalf of the Executive Office of Immigration Review (EOIR). Work includes architectural/ engineering (A-E) design services by Washington State registered architects and engineers to address phasing/moves, architectural, structural, electrical, mechanical, fire/life/safety, acoustic, demolition, audio/visual, security, and interior design elements of the project. Other work includes environmental abatement (with appropriately certified and accredited AHERA inspectors, supervisors and workers), general construction/carpentry and finish work, mechanical (including changes to HVAC and Building Automation System), electrical (including lighting control changes), fire/life/safety (fire alarm system and sprinkler system), electronic security (PACS, video monitoring/recording equipment, cameras, Intrusion Detection System, etc.), telecommunications, audio-visual/VTC, flooring/carpeting, patching & painting, and WAVE System), potential furniture moving, and related work. It is expected that interested parties have both 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, and PACS) review the list of qualified vendors noted at www.idmanagement.gov. For Intrusion Detection Systems (IDS) only equipment approved for integration with the Federal Protection Service (FPS) MegaCenter will be allowed. As such, EOIR 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 (specific authorized products and company included in the approved justification due to other systems installed within the building (Alerton/Johnson Controls, Inc.Building automation system, HVAC, Fire/Life/Safety Simplex-Grinnell, Security/PACS, Lutrons Lighting Controls, 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 Design Intent Drawing package (DID) is included with this Notice 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. It should be noted that these DIDs are not releasable to the Public due to Sensitive But Unclassified building information contained therein, which is subject to GSA Order PBS 3490.2. Interested Parties who are considering responding to this Sources Sought Notice and would like to review the DIDs are required to read and agree to the terms and conditions of GSA Order PBS 3490.2, including, but not limited to, document control/safeguarding, distribution, disposal/destruction, record keeping, and other restrictions.

This project will deliver a fully functional space solution for EOIR at the Jackson Federal Building. The design- build contractor will be responsible for design, demolition, construction, with possible moving services. The work can and should be done on all four floors, due to the challenging schedule. As such, close coordination may be required with multiple 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 the GSA Office of Mission Assurance (OMA) and the Office of Personnel Management (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 (Federal Police Services), utility outages, and other special project related requests. The Contractor will need to closely cooperate and collaborate with the GSA, EOIR 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 EOIR and the GSA. The design team must be well versed in all applicable codes and processes, especially local codes, the GSA P-100 and GSA Region 10 (Fire Life Safety) 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, e-mail 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 EOIR.

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.

12.    Contract type preference (more than one should be provided)

13.    If your firm has a current audit from a Federal Government audit of financial, pricing, and other systems (indicate date and agency).

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 RESULT IN A FULL OR PATIAL SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. YOUR RESPONSE WILL HAVE A DIRECT BEARING ON THE METHOD SELECTED. IF THERE ARE SUFFICIENT QUALIFIED SOCIO-ECONOMIC SMALL AND SMALL DISADVANTAGED FIRMS, THE GOVERNMENT MAY SET-ASIDE THE PROCUREMENT FOR THAT PARTICULAR CATEGORY. IF NOT, THE GOVERNMENT WILL NEED TO PURSUE FULL AND OPEN COMPETITION

We are also interested in feedback regarding the possibility of a 2-step Design-Build procurement process.

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 written response to this Sources Sought Notice by 05/18/2018 (but not later than 05/25/2018). All responses under this Sources Sought Notice are to be emailed to both keith.goodsell@gsa.gov and shawn.duffee@gsa.gov

If you have any questions concerning this opportunity please contact: Keith Goodsell at keith.goodsell@gsa.gov.

Keith Goodsell

Email

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP