Search Contract Opportunities

Prince Jonah Kūhiō Kalanianaʻole Courtyard Inflation Reduction Act Waterproofing and Concrete Replacement – Design-Build (DB) Services   3

ID: 47PK0124R0017 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Pre-Solicitation Notice for Solicitation 47PK0124R0017

  1. Project Description

The Prince Jonah Kuhio Kalanianaole (PJKK) Federal Building and Courthouse in Honolulu, HI provides office space for the United States District Court for the District of Hawaii, the United States Attorney for the District of Hawaii, the United States Court of Appeals for the Ninth Circuit (Honolulu Division), the offices of Hawaii's U.S. Senators, the offices of Hawaii's U.S. Representatives for Hawaii's 1st congressional district and Hawaii's 2nd congressional district, and branch offices for the federal government. The lead agencies are U.S. Judicial Courts, US Marshals, US Coast Guard, and US Attorney. Other larger tenants include DHS-CBP and ICE, SSA, and Fish & Wildlife. Since this is the only federal building in Honolulu, there are about 60 different federal agency tenants covering both Hawaii and the Southern Pacific areas.

Over the past 40 years, the Courtyard at the PJKK Federal Building and Courthouse has experienced water infiltration from cracking of paving joints which has subjected the structural slab to corrosive action. During periods of heavy rain and high tide, flooding occurs at the Courtyard and at the basement level, presenting a threat to the subterranean electrical rooms.

This project provides upgrades to the existing paved exterior courtyard, infant/toddler playground, exterior stairway, and accessible ramp. The intent is to provide a complete waterproofing solution to eliminate leaks within the basement while improving the appearance of these public areas with an updated planter and landscaping design.

A Feasibility Study was completed in June 2017 and subsequently a Project Development Study was completed in April 2018. A Determination of Eligibility (DOE) report for Historic Property was completed in May 2023.

This project will be partially funded by the Inflation Reduction Act (IRA) and includes installation of low embodied carbon (LEC) concrete paving, security walls, exit stair & ramp, and planter replacement at the courtyard. Associated necessary IRA scope includes design, demolition, new waterproofing membrane, and fountain dismantling and reinstallation after completion of waterproofing and concrete paving replacement. Non-IRA funding includes courtyard drainage, site lighting & controls, fences & gates, handrails at stair & ramp, irrigation, planting & landscaping, and replacement playground surfacing in the courtyard.

  1. SUPPLEMENTAL PROJECT INFORMATION

This project requires producing design drawings and specifications that specify use of materials that will be funded in accordance with GSA's IRA LEC Concrete Requirements dated 12/12/2023. Successful project delivery will also include GSA-led consultation with Hawaii State Historic Preservation Department (SHPD) on concurrence of the final Courtyard design.

  1. CONTRACT TYPE

As noted in the Agreement, this SOW is for a Firm Fixed Price (FFP) Contract.

  1. OPTIONS
  2. Option 1 Detention-Retention Subsurface Infiltration System at Triangle Park
  3. Option 2 Playground Shade Sail Structure
  4. Option 3 Hanging Fountain Artwork Restoration & Cleaning at Parapet Level
  5. Project Requirements
  6. Provide complete waterproofing solution in the Courtyard to eliminate leaks into the basement.
  7. Improve the Courtyard exterior lighting, drainage system, and irrigation at planters. Provide systems that will provide maximum life and require minimal maintenance.
  8. Provide an accessible path of travel for emergency exit from the Courtyard without having to reenter the building.
  9. Maintain the property's significant historic character.
  10. Maintain full operations for both the Federal Building and Courthouse throughout construction, including the public entrance to the IRS office via the courtyard.
  11. Maintain site security throughout construction.
  12. Minimize impact to adjacent ongoing functions at the Federal Building and Courthouse.
  13. Courtyard design shall be appropriate and commensurate with the stature of the PJKK facility and the current courtyard function as an outdoor space with visual appeal for building tenants & visitors to gather and get a breath of fresh air.
  14. Develop a design that is compatible and complementary in layout, materials choice and detailing to create a unified harmony between the historic and contemporary components while still differentiating between them.
  15. Seek to avoid or minimize adverse effects to the historic property, through the development of options that meet the Secretary of the Interior's (SOI) Standards for the Treatment for Historic Properties.
  16. Achieve SITES (Sustainable Sites Initiative) Silver certification.
  17. Design a facility capable of adapting to the observed and expected changes in climate and safeguarding the federal investment over the intended service life.
  18. Build dynamic partnerships and a cohesive team with all contracted parties and GSA, aligning goals and vision to successfully deliver this project's scope on-time and on-budget.

Magnitude: $5 million to $10 million

Anticipated Solicitation Date: 08/23/2024

Anticipated Project Completion Date: April 2028

Solicitation Documents will be shared upon request to firms with active SAM.gov registration

The procurement will be held on a full and open basis, not restricted to small businesses.

Inflation Reduction Act Information

In addition to the construction opportunity reflected herein, GSA is seeking suppliers and manufacturers that are interested in supplying low embodied carbon asphalt, concrete (and cement), glass and steel materials for the project. Suppliers and manufacturers of materials meeting GSA's Inflation Reduction Act Low Embodied Carbon asphalt, concrete (and cement), glass and steel requirements may submit an Expression of Interest to krista.miller@gsa.gov no later than 10/01/2024.

Expressions of Interest should indicate materials available and global warming potential values reflected in materials' environmental product declarations. Submission of an expression of interest grants GSA your permission to publish your firm's contact information and offerings for use by potential offerors on GSA construction requirements. Supplier and manufacturer contact information will be published in an informational amendment issued by GSA and, potentially, in other fora.

By participating in the competition, offerors consent to unrestricted GSA use of supplier names and the GWP values associated with supplier materials. Such information may be disclosed publicly or used to inform other low embodied carbon procurement activities. Technical solutions, supplier pricing, and supplier-offeror terms and conditions will not be shared. Any objection shall be transmitted to the Contracting Officer by the due date for offers and shall adhere to 41 C.F.R. 105-60.601.

Overview

Response Deadline
None
Posted
Aug. 15, 2024, 2:39 p.m. EDT
Set Aside
None
Place of Performance
Honolulu, HI 96850 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$5,000,000 - $10,000,000 (value based on agency estimated range)
Odds of Award
36%
On 8/15/24 PBS Region 9: Pacific Rim Region issued Presolicitation 47PK0124R0017 for Prince Jonah Kūhiō Kalanianaʻole Courtyard Inflation Reduction Act Waterproofing and Concrete Replacement – Design-Build (DB) Services. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Krista M. Miller   Profile
Phone
(415) 522-4157

Documents

Posted documents for Presolicitation 47PK0124R0017

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 47PK0124R0017

Contract Awards

Prime contracts awarded through Presolicitation 47PK0124R0017

Incumbent or Similar Awards

Contracts Similar to Presolicitation 47PK0124R0017

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 47PK0124R0017

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 47PK0124R0017

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R9 ACQ MGMT DIV PROJECTS BRANCH
FPDS Organization Code
4740-KT000
Source Organization Code
100180076
Last Updated
Aug. 30, 2024
Last Updated By
krista.miller@gsa.gov
Archive Date
Aug. 30, 2024