Search Contract Opportunities

Veteran Benefits Administration Regional Office (VARO) Renovations at the George H. Fallon Federal Building in Baltimore, MD

ID: 47PD0321R0022 • Type: Presolicitation • Match:  85%
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
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 30, 2022, 8:17 a.m. EDT

UPDATE - 03/30/2022: Contract Number 47PD0322C0002 was awarded on 03/30/2022 to Matos-Grunley JV of Baltimore, MD in the amount of $10,874,000.00 (Base only).
UPDATE - 11/18/2021: Amendment 005 and attachment have been added.
UPDATE - 11/17/2021: Amendment 004 and attachments have been added.
UPDATE - 11/09/2021: Amendment 003 has been added.
UPDATE - 11/01/2021: Amendment 002 and attachment have been added.
UPDATE - 10/19/2021: Amendment 001 and attachments have been added.
UPDATE - 09/30/2021: The project specifications, drawings and solicitation documents have been added as attachments to this notice.
This notice does not represent a commitment by the Government to issue a solicitation or award a contract and is based on the availability of funds. This project is described in greater detail in the paragraphs below. This solicitation will include source selection procedures. The requirement of this project is for the procurement of a construction firm to provide all labor, material, equipment, and supervision necessary for Veteran Benefits Administration Regional Office (VARO) Renovations at the George H. Fallon Federal Building in Baltimore, MD.
The location of performance is:

George H. Fallon Federal Building
31 Hopkins Plaza
Baltimore, MD 21201
General Description of Scope of Services :

The general scope of work includes, but is not limited to, demolition of existing offices, break rooms, and conference rooms, and interior renovations for new tenant layouts. The new tenant layout includes offices, open workstation area, file and storage rooms, copy and break rooms, and conference/training rooms, interview rooms. IT support spaces are also included in the design. New/repaired finishes, mechanical/plumbing work, electrical work, and fire protection work are involved for complete operational space. Phasing for this project is based on floor location. The project shall be completed in four (4) phases as described in the Contract Documents. Each phase shall achieve partial substantial completion and be occupied by the Government before beginning the next phase unless indicated otherwise. The contractor shall coordinate with the Government for all move/relocation schedules and timelines. Only one (1) phase shall be provided to the Contractor at a time.

Phasing will be required and the building will be occupied in adjacent suites. Occupancy notifications are to be posted in a prominent location in and near the work area. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure if required, means of access, space for storage of materials and equipment, and use of approaches, corridors, and stairways. The contractor shall be responsible for storage of materials off-site and not in the building.
Size Standard:

The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million

Magnitude of Construction:

The order of magnitude for the contemplated acquisition is over ten million dollars ($10,000,000.00).
Anticipated Selection Procedures:

This contract will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). The Contracting Officer has determined to set aside this procurement for Small Business concerns. The awarded contractor will provide all management, supervision, labor, supplies, equipment, and shall plan, schedule, coordinate, and assure effective performance. The successful offeror will be required to utilize GSA's computer software ePM system (Electronic Project Management) to communicate with the entire team regarding the status of contract administration issues. Award for this contract is expected to be made in early January 2022. The period of performance is One Thousand and Sixty-Two (1,062) calendar days after notice to proceed.[KAD1]

In accordance with source selection procedures described in FAR PART 15.3, a source selection/best value method will be applied for evaluation of offers and selection of the successful Offeror for the procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being significantly more important than price.
Response Information:

The solicitation will require offerors to submit separate technical and price proposals. The technical proposals will be evaluated to determine technical acceptability. In addition, price proposals will be reviewed. If award is not made on initial offers, the second phase includes a competitive range of offerors that will be determined on the basis of technical qualifications identified in the solicitation, along with price, and will include all proposals that have a reasonable chance of being selected for award. Written and or oral discussions may be conducted with those firms in the competitive range, if needed.
Offerors will submit their technical proposals, consisting of the following technical factors: Prior Experience on Relevant Projects, Past Performance on Relevant Projects and Management Plan. It should be noted that the evaluation factors are listed in decreasing order of importance, with Prior Experience on Relevant Projects and Past Performance on Relevant Projects worth considerably more. A technical rating will be provided and offerors price proposals will be reviewed. In addition, offerors are required to provide evidence of a project Bonding Capacity of $10 million.

The solicitation will be available on or about 09/10/21. Interested parties may download their own copy of these documents. These documents will be in .pdf format and may be accessed at https://beta.sam.gov the offeror's responsibility to monitor this website for the release of any amendments and to download their own copy of any amendments. This site provides instructions for downloading the amendment file(s).
Licensed general contractors are invited to respond to this Pre-Solicitation Notice by emailing a copy of their technical and price proposals to dana.douglas@gsa.gov and kim.desant@gsa.gov by the proposal due date. The technical proposal should be organized to correspond with the evaluation factors.

There will be a Pre-Proposal Conference for General Contractors on or about 09/21/21. The general nature of the proposed contract will be discussed. This conference will be held at the George H. Fallon Federal Building, 31 Hopkins Plaza in Baltimore, MD 21201. More details with a specific date and time will be included in the solicitation. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in amendments to the solicitation. The general nature of this proposed contract will be discussed at this conference. Attendance at this conference is not mandatory.
Late proposals will be handled in accordance with FAR 52.215-1(c)(3). This project will be solicited as a Total Small Business set-aside. This synopsis constitutes the synopsis of the Pre-Invitation Notice.

Posted: Nov. 18, 2021, 11:30 a.m. EST
Posted: Nov. 17, 2021, 11:46 a.m. EST
Posted: Nov. 9, 2021, 9:45 a.m. EST
Posted: Nov. 1, 2021, 7:50 a.m. EDT
Posted: Oct. 19, 2021, 8:28 a.m. EDT
Posted: Sept. 30, 2021, 11:46 a.m. EDT
Posted: Aug. 25, 2021, 6:54 a.m. EDT

Overview

Response Deadline
Dec. 1, 2021, 2:00 p.m. EST (original: Oct. 12, 1021, 2:03 p.m. LMT) Past Due
Posted
Aug. 25, 2021, 6:54 a.m. EDT (updated: March 30, 2022, 8:17 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Baltimore, MD 21201 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
45%
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 8/25/21 PBS Region 3: Mid-Atlantic Region issued Presolicitation 47PD0321R0022 for Veteran Benefits Administration Regional Office (VARO) Renovations at the George H. Fallon Federal Building in Baltimore, MD due 12/1/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Dana Douglas   Profile
Phone
(267) 234-1431

Secondary Contact

Name
Kimberly DeSant   Profile
Phone
(215) 356-0496

Documents

Posted documents for Presolicitation 47PD0321R0022

Question & Answer

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

Contract Awards

Prime contracts awarded through Presolicitation 47PD0321R0022

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 47PD0321R0022

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 47PD0321R0022

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R3 ACQ MGMT DIV SERVICES
FPDS Organization Code
4740-CD000
Source Organization Code
100170342
Last Updated
May 1, 2022
Last Updated By
kim.desant@gsa.gov
Archive Date
May 1, 2022