Switzer Lower Level and Conference Center

From: Federal Government(Federal)
GS11P16MKC7010

Basic Details

started - 21 Oct, 2016 (about 7 years ago)

Start Date

21 Oct, 2016 (about 7 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
GS11P16MKC7010

Identifier

GS11P16MKC7010
General Services Administration

Customer / Agency

General Services Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A PRE-SOLICITATION NOTICE ONLYTHIS IS NOT A REQUEST FOR PROPOSALThe General Services Administration (GSA) hereby notifies of the intent to issue a Requirement for Design/Build contract for the Lower Level and Conference Center at the Mary E. Switzer Building, Washington, DC. The scope will include design, construction, furniture, information technology (IT), and audio-visual (AV) related services and installations in the Lower Level and 1st floor 1300 wing of the Switzer Building.Project Summary:The intent of this requirement is to convert storage space into office space and consolidate an operating division of Department of Health and Human Services (“HHS”) into the Lower Level of the Switzer Building, convert office space into a Conference Center that is capable of accommodating up to 200 attendees, and build-out the historic east lobby to accommodate Conference Center attendees. The Switzer Building is located at 330 C Street, SW, Washington, DC. The building comprises
eight stories, which is inclusive of a full basement, and a total of 594,152 gross square feet.Approximately 44,000 USF will be affected by this project.Work required to construct the first floor Conference Center and to consolidate OHR into the Lower Level includes, but is not limited to:A. Conference Center:i. Selective demolition of historic elements, partitions, doors and hardware, ceilings, flooring, and building systems;ii. Sustainment of utilities, building services, and building systems affecting and serving adjacent occupied spaces;iii. Construction of temporary protection needed to allow the unrestricted safe use of the occupied portions of the building, including protection from noise, fumes, odors, dust, and other irritants;iv. Removal of two existing structural columns within the space and all necessary modifications to the building related to the column removal, including the installation of new columns, beams, and footings within the occupied building;v. Modification of the roof structure and complete replacement of the roof over the conference center and adjacent spaces as required to meet blast resistance standards;vi. Construction of interior partitions; doors, frames, and hardware; and finishes (carpet, resilient flooring, paint, ceiling grid and tiles, special finishes, millwork, other specialties, operable partitions, etc.);vii. Construction of a custom security guard desk, barrier turnstiles, and other security-related features in the historic east lobby;viii. Construction of ADA/ABBAS-compliant restrooms;ix. Alterations to building infrastructure and systems (electrical, IT, security, mechanical, fire protection and life safety, etc. as needed to convert the space from office use to assembly);x. Construction of new HVAC, plumbing, electrical power, lighting, and controls;xi. Provision of a complete and fully integrated audio-visual system;xii. Provision of a complete telecommunications / IT cable infrastructure (raceway, cabling, jacks, racks, patch panels, patch cables, wire management, termination, labelling, testing and certification, etc.);xiii. Provision of a physical and electronic security system, including CCTV cameras, access control systems, and full integration into existing building security systems;xiv. Provision of all FF&E so as to provide a “turn-key” finished space immediately usable by the tenants.xv. All coordination of the above with other Government consultants, contractors, and vendors as needed to prepare the space for occupancy and use.B. Lower Level:i. Selective demolition of historic elements, partitions, doors and hardware, ceilings, flooring, bathrooms, building systems and the removal and disposal of excess materials stored in the Lower Level;ii. Sustainment of utilities and building services affecting and serving adjacent occupied spaces;iii. Construction and furnishing of swing space needed to accommodate building occupants temporarily displaced by construction activities;iv. Construction of temporary protection needed to allow the unrestricted safe use of the occupied portions of the building, including protection from noise, fumes, odors, dust, and other irritants;v. Exterior alterations to allow for additional natural light in the Lower Level, entailing the construction of an exterior moat / areaway on the south side of the building to match existing adjacent moats / areaways and the addition of new blast-resistant exterior windows for the Lower Level;vi. Construction of new perimeter security camera mounting poles and the migration of the CCTV security cameras from the building façade to the new poles, followed by the repair of the building façade at the camera mounting locations;vii. Construction of interior partitions; doors, frames, and hardware; and finishes (carpet, resilient flooring, paint, ceiling grid and tiles, special finishes, millwork, other specialties, operable partitions, etc.);viii. Construction of ADA/ABBAS-compliant restrooms;ix. Alterations to building infrastructure and systems (electrical, IT, security, mechanical, fire protection and life safety, etc.). Much of the Lower Level is configured as storage space. Conversion to office space as a result of this project will entail significant alterations to the building infrastructure and systems;x. Construction of new HVAC, plumbing, electrical power, lighting, and controls;xi. Construction of audio-visual and telecommunications / IT cable infrastructure (raceway, cabling, jacks, racks, patch panels, patch cables, wire management, termination, labelling, testing and certification, etc.);xii. Construction of a physical and electronic security system, including CCTV cameras, access control systems, and full integration into existing building security systems;xiii. Provision of all coordination, infrastructure, and preparation of the space for FF&E (systems furniture, ancillary furniture, demountable partitions, audiovisual equipment, IT equipment, etc.) to be installed by others. Examples of infrastructure include, but are not limited to, provision of electrical power feeds in locations coordinated with the furniture and AV vendors (circuits, outlets, and base feeds), HVAC, blocking and structural supports in locations coordinated with other vendors, and low-voltage cabling, raceway, jacks, base feeds, faceplates, etc. in locations coordinated with the furniture and AV vendors;xiv. All coordination of the above with other Government consultants, contractors, and vendors as needed to prepare the space for occupancy and use.The Switzer Building will remain substantially occupied during construction. All floors are occupied, with the second through seventh floors completely occupied. The Lower Level and first floor are partially occupied and will remain partially occupied throughout the duration of the project. The first floor occupants include a childcare facility immediately adjacent to the site of the conference center as well as operating divisions of HHS. The first floor is also the means of ingress and egress for thebuilding which cannot be restricted.The Lower Level will also remain partially occupied during the project. In addition to office space, the Lower Level includes the building security command center, which is a 24/7 operation; building management and operations space; a fitness center thatwill remain in operation 24/7 during the initial months of the project; loading dock access, which must remain unimpeded; and mechanical, electrical, and telecom rooms serving the entire building. Lower Level construction will be phased to includetemporary swing space for occupants displaced by the conference center construction and an internal move of existing occupants from the west side of the building to the east side. This will require the completion of the new east side space toallow the move, followed by the demolition and construction of the west side space. The fitness center will also remain in operation for part of the project and must remain accessible. Construction of the Lower Level must be phased so as to allow internal moves of occupants within the space. The new building tenants will also have a phased move into the Switzer Building as portions of the Project are completed. The DB contractor must be able to work in a manner that does not disrupt the daily operations of the childcare center, security command center, building operations, and the other building tenants. The DB contractor must also adhere to all Government and building security requirements. All phased work and hours of operation must be closely coordinated with GSA and other Project stakeholders.The Project, the general phasing of which shall be determined by the Government, shall begin immediately after the notice to proceed is issued by the contracting officer, and the contract shall be completed within 510 calendar days from Notice to Proceed.Two-Phase Design/Build Process:The selection procedures will utilize the Best Value Tradeoff process, in accordance with the Federal Acquisition Regulation (FAR) Part 15 and the Two-Phase Design/Build Procedures in FAR Part 36.3. Stage I, Request for Qualifications (RFQ), shall result in a short list of five offerors who will be invited to participate in Stage II of the procurement.In Stage I, the Government shall identify technical evaluation factors, other than cost or price, that are critical to this procurement and that will serve as the basis for the determination of the short list. Interested offerors will be required to submit their Stage I responses by the due date established in the RFQ. The Government will evaluate all responses in accordance with the criteria established in the RFQ. The Government will then notify each Offeror in writing of whether or not it will be invited to participate in the RFP based on the Stage I information submitted.In Stage II, the Government will issue the RFP to the short-listed offerors from Stage I. The RFP will serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFP. Based on the Stage I and Stage II submissions, the Government will select the offer that reflects the best value to the Government. The Government reserves the right to make award based upon evaluation of Stage I and Stage II submissions without discussions. This negotiated procurement will be open to both large and small business firms. Any qualified responsible firm, including small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses, or as subcontractors. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)) and FAR Subpart 19.702, an offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a subcontracting plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website.Estimated RFQ Issuance:The RFQ will be available on or about October 30, 2016 on the FedBizOps website at www.fbo.gov.Estimated Cost:The estimated cost range is $10-$15 million.Estimated Performance Period:The estimated performance period for the completion of Design/Build is 510 calendar days from notice-to-proceed.NAICS Code: 236220.Offerors will not be reimbursed for proposal submittal expenses.Contact Information: Jane Facchina, Email Jane.Facchina@gsa.gov - Mary Pineda, Email mary.pineda@gsa.gov Office Address :1800 F Street, NW Washington DC 20405 Location: Office of Design and Construction Set Aside: N/A

Office of Design and ConstructionLocation

Address: Office of Design and Construction

Country : United States

Classification

NAISC: 236220 GSA CLASS CODE: Y