CONTRACT OPPORTUNITY

Ashley US Courthouse Modernization and New Annex project Bridging Design Build   3

Type: Sources Sought • ID: 47PF0019R0076
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: June 6, 2019, 9:23 a.m. EDT

47PF0019R0076 Ashley US Courthouse Modernization and New Annex Bridging Design Build/Excellence Sources Sought

The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses.

Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research only. Depending on market research and other influences, GSA anticipates issuing a solicitation for this project around Summer/Fall 2019.

This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $36.5M in average annual receipts over the past three (3) years. The estimated Design and Construction cost is between $70,000,000 and $80,000,000.00.

General Information

This project will take place at the James M. Ashley and Thomas W. L. Ashley U.S. Courthouse in Toledo, Ohio. The Ashley Courthouse has not conducted a major renovation to the building since construction. GSA will modernize the existing Ashley Courthouse in conjunction with the construction of a new adjoining courthouse annex, to meet the Judiciary's current and long-term needs in Toledo. When complete, the new annex and renovation of the Ashley Courthouse will provide for the 10-year space requirements, and the structures/site will allow for expansion to meet the anticipated 30-year needs of the US District Court.

The renovation of the existing courthouse and construction of a new annex serves the purpose of helping the courts and tenant agencies fulfill their missions.

Scope Summary

The design-build scope of work includes all labor and materials required to provide design, engineering, construction, and other related services necessary to modernize the existing Ashley US Courthouse and construct an adjacent annex.


The General Services Administration (GSA) intends to construct a new annex and perform major renovation/modernization at the existing James M. Ashley & Thomas W.L. Ashley US Courthouse. GSA will first construct the new annex and once complete, the remaining Ashley tenants will be temporarily located in the Annex so that the Ashley Courthouse can be vacant during the renovation. The scope alteration work within the Ashley Courthouse includes upgrades to heating, ventilating, and air conditioning, electrical systems, lighting, plumbing, life safety systems (including fire alarm replacement); elevator replacement; accessibility upgrades; tenant improvements; facade repairs; roof replacement; and hazardous material abatement. The building is listed on the NRHP; therefore all work on the building will be required to comply with the Secretary of The Interior's Standard for Rehabilitation and shall be performed by a contractor familiar with the standards for work on historic buildings. The contractor should also have extensive experience with new construction and construction within close proximity to fully occupied adjacent buildings.


Options may be presented when the Request for Proposal (RFP) is released. The Design Build contractor will be fully responsible for all design, construction, and savings efforts related to the project.


Project Description & Approach

The General Services Administration (GSA) intends to award a firm fixed-price, Bridging Design-Build contract for the Ashley US Courthouse Modernization and New Annex construction pursuant to the Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3).

GSA envisions a highly collaborative design build delivery approach for this project where the DB contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient courthouse.

The facility must meet federal energy goals. The project must also comply with the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards.

The Bridging Design/Builder will be selected through a best value / tradeoff selection process. During the development period, from initial concept to final design, the DB will work in close consultation with GSA, the Construction Management Assistant (CMa), and various stakeholders to ensure that all of the goals are addressed and that best value practices are utilized.

GSA has contracted separately for CMa and commissioning services. The CMa will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process throughout design and construction phases to promote successful project development and execution including a project kick-off meeting. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to acceptance by GSA.

Unique Situations/Risks

Historical Preservation and Asbestos/Lead abatement are sensitive areas for the project.

The construction of the annex is to occur while the Ashley remains occupied. Work is to have minimal to no adverse impact on tenant missions. Once the annex is completed, the tenants of the existing courthouse will vacate and be relocated into the annex. While the Ashley US Courthouse is being renovated, work is to have minimal to no adverse impact on tenant missions.

Responses

Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be sufficient in detail to allow Government to determine the organization's qualifications to perform the work. The statement shall include:

1) a) Company name

b) CAGE code

c) DUNS number

d) Active SAM registration printout (www.sam.gov)

e) Size/number of employees

2) A statement describing the company's interest in performing the work.

3) Organization chart to include both the design & construction team.

4) Capabilities and experience with federal projects in design and construction of major additions and mondernizations in the $60M - $70M range, utilizing the Design Build or Bridging Design Build Delivery Method. Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past 10 years.

5) Previous occupied facilities, historic renovation, and new construction experience is essential.

6) Statement of capability to bond for a project in the $60-$70M range.

7) Contact information, Point of contact name, Phone number, e-mail address and web address (if available).

Companies providing above referenced material are requested to limit their submissions to no more than 10 double-sided pages.


Responses should be emailed to Contract Specialist, Anthony Walton, at anthony.walton@gsa.gov no later than the time and date provided below.


Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review and planning purposes only.

All interested parties are required to respond to this sources sought announcement via email no later than 4:00 p.m. EST, June 13, 2019.

Posted: May 30, 2019, 9:37 a.m. EDT

Overview

Response Deadline
June 13, 2019, 5:00 p.m. EDT Past Due
Posted
May 30, 2019, 9:37 a.m. EDT (updated: June 6, 2019, 9:23 a.m. EDT)
Set Aside
None
Place of Performance
1716 Spielbusch Ave TOLEDO, OH 43604 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
39%
On 5/30/19 PBS Region 5: Great Lakes Region issued Sources Sought 47PF0019R0076 for Ashley US Courthouse Modernization and New Annex project Bridging Design Build due 6/13/19. The opportunity was issued full & open with NAICS 236220 and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Anthony W. Walton   Profile
Phone
(312) 813-9180
Fax
None

Secondary Contact

Title
Program Analyst
Name
Anna E. Vanko   Profile
Phone
(614) 469-2791
Fax
614-469-5532

Documents

Posted documents for Sources Sought 47PF0019R0076

Opportunity Lifecycle

Procurement notices related to Sources Sought 47PF0019R0076

Award Notifications

Agency published notification of awards for Sources Sought 47PF0019R0076

Contract Awards

Prime contracts awarded through Sources Sought 47PF0019R0076

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 47PF0019R0076

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 47PF0019R0076

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R5
FPDS Organization Code
4740-47PF00
Source Organization Code
100170348
Last Updated
June 6, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 6, 2019