The RFP Database
New business relationships start here

Design Build (DB) / Ronald Reagan Building Phase 5 and 6 of USAID


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE 
DESIGN BUILD SERVICES - UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENT (USAID)

 


The intent of this notice is to gain market research and assess industry's (Small and Large) respective capabiliites and intereste in performing the requriement to provide design build services for Phases 5 and 6 at USAID. 


This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification Systems (NAICS) Code: 236 - Construction of Buildings/236220 - Commercial and Institutional Building Construction.


This is not a Request for Quote (RFQ) or Request for Proposal (RFP). This notice does not constitute a commitment by the Government to issue an RFQ, RFP, contract, or task order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response. GSA is in the process of determining the availability, adequacy, and capabilities of potential small businesses as single sources or in teaming arrangements, prior to issuing a Request for Proposal. If no responses are received from potentially responsible sources, GSA under FAR Part 19.502(2) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis.


PROJECT SUMMARY / BACKGROUND:


The General Service Administration is anticipating procuring the design build services for Phases 5 and 6 of the USAID office renovation in the occupied Ronald Reagan Building (RRB). The United States Agency for International Development (USAID) coordinates many global programs and operational functions from its Headquarters building in Washington, DC. One of the primary locations for USAID in DC is the Ronald Reagan Building (RRB) which was originally constructed in 1997 with USAID as one of the original tenant Agencies. USAID's space is in the North portion of the building totaling approximately 530,378 USF with 7 stories above grade and additional space on the Mezzanine level and three basement levels.



A major track in USAID's Washington Real Estate Strategy is to renovate the 20-year-old legacy space at the RRB in an effort to create a work environment that meets a modernized workplace, including sustainability standards, and promotes up-to-date technology use which will augment efficient workflow.


BRIEF DESCRIPTION OF THE SCOPE OF WORK:


This Sources Sought Notice is being issued by the General Services Administration (GSA), National Capital Region for Design/Build Services for the United States Agency International Development (USAID). The place of performance will be the Ronald Reagan Building, located at 1300 Pennsylvania Ave NW, Washington, DC 20004.
This is a renovation project which involves design and buildout of approximately 102,000 SF of office space, which requires two phases for completion (Phase 5 and 6). Design for both Phases will occur simultaneously, as Phase 5 must be entirely completed by January 2021. A portion of work will be performed in Sensitive Compartmented Information Facility (SCIF), which will be approximately 600 SF on the 4th Floor. The prospective Design-Build Offerors must fully demonstrate their ability and specific expertise in construction in a manner that complies with federal, state, and local laws, and they must be able to complete the project within the time frame required


Firms will be solicited through FedBizOps following formal source selection procedures.


The estimated construction cost range is $20 - $25 million and the period of performance is approximately 26 months from issuance of the Notice to Proceed.


ADDITIONAL INFORMATION:



All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to proposal submission.


INTERESTED FIRMS:



The following attachment has been provided for your completion.


Industry Outreach Questionnaire:



Any interested firm should provide a written Letter of Interest and a Response to the following questions (attached is the Sources Sought Questionnaire.  No more than 2 pages) to Tanuja Majety, Contract Specialist, at tanuja.majety@gsa.gov and Quentin Hamm, Contract Specialist at quentin.hamm@gsa.gov. NO LATER THAN 3:00 PM EST on October 01, 2019.



You are encouraged to submit a Capability Statement to assist the government with market research and acquisition strategy planning. All information submitted is subject to verification. Additional information may be requested to substantiate responses.


The written Letter of Interest must contain the following elements, at a minimum:


1)    Contractor's name, address, DUNS, and point of contact containing a phone number and email address.



2)    Business size for the assigned NAICS code. Are you a small or large business? In addition to the size of business, indicate any other socioeconomic designations such as 8(a) Small Disadvantaged Business, HUBZone Small Business, Service Disabled Veteran Owned Small Business, Small Women-Owned Business, etc.



3)    Include two (2) similar projects completed within the last ten (10) years. Similar is defined as a project with a minimum total contract value of $20,000,000 and the contractor's task included completing work in a high security, occupied facility, Mechanical, Electrical, and Plumbing (MEP) design and construction, and building a SCIF.



4)    Describe your company's bonding capability.



5)    If company is/will be part of a joint venture, state names of joint venture members and their business size(s).



The Government will review each response and will use the information it receives in response to this sources sought notice as a basis for determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only.


GSA will not acknowledge the receipt of responses to this Notice.


Ms. Tanuja Majety, Contract Specialist, Phone 202-617-1343, Email tanuja.majety@gsa.gov - Quentin Hamm, Contracting Officer, Phone (718) 775-5299 (Mobile), Email quentin.hamm@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP