Ohio Bids > Bid Detail

GC Services for the Bricker USBC Backfill Project

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159229428147477
Posted Date: Aug 2, 2023
Due Date: Aug 9, 2023
Solicitation No: 47PF0022R0038
Source: https://sam.gov/opp/4725819970...
Follow
GC Services for the Bricker USBC Backfill Project
Active
Contract Opportunity
Notice ID
47PF0022R0038
Related Notice
47PF0022R0038
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R5
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 02, 2023 05:39 pm EDT
  • Original Published Date: Jun 21, 2023 02:15 pm EDT
  • Updated Date Offers Due: Aug 09, 2023 04:00 pm EDT
  • Original Date Offers Due: Jul 21, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 24, 2023
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Columbus , OH 43215
    USA
Description

The General Services Administration, Great Lakes Region 5, announces an opportunity to provide General Construction Services for the Bricker USBC Backfill project at the John W. Bricker Federal Building in Columbus, OH.

The General Construction Contractor (GC) will be solicited for full and open competition, competitively chosen using source selection (FAR 15.3) procedures. The objective of the source selection process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and total evaluated price. For this procurement, the technical factors will be more important than price (FAR 15.101-1, Trade Offs). The technical factors will include Experience in providing General Construction Services on similar projects; Project Management Plan/Approach; Qualifications and Experience of Key Personnel; and Past Performance in providing General Construction Services on similar projects.

The Government reserves the right to make an award on initial offers, but discussions may be held if appropriate. The estimated total construction costs for the project falls within the approximate range of $10,000,000.00 to $20,000,000.00. The award of the contract is anticipated to be made, approximately, in December 2023. The Notice to Proceed for Construction is anticipated to be issued in February 2024, with a performance period of approximately 533 calendar days for the project.

The General Services Administration (GSA) intends to award a firm fixed-price construction contract to consolidate the Judiciary's U.S. Bankruptcy Court (USBC) and the Department of Justice-U.S. Marshals Service (USMS) from over 51,000 usable square feet (USF) of leased space to approximately 26,000 USF in the John W. Bricker Federal Building (Bricker FB). The project will meet the long-term housing needs of the USBC, decrease the Federal Government’s reliance on leased space, reduce federally owned vacant space, and improve space utilization in the Bricker FB. The project will create two USBC courtrooms, three chambers, clerk space, support spaces, and a new USMS Court Security Office.

The construction of this consolidation on each identified floor will be occurring in an occupied building which must maintain full functionality, which includes typical office work, but also includes services for the general public. This presents several challenges which will have to be addressed by the AE and GC teams.




  • All work in functional (i.e. occupied) public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis.

  • Work must be performed in such a way that space conditioning and all utility are maintained throughout construction. Temporary / contingency HVAC/R, electrical, life safety and water systems may be required. Any shutdown of a building system will need to be completed after business hours or on the weekends and put back into service prior to the next business day. This will be the responsibility of the GC.

  • Egress and access to the Bricker must be maintained for the employees and visitors during the course of the consolidation.



The NAICS code for this procurement is 236220.

The GC shall be a member of the project team throughout construction. The GC selected for this project shall work along with the GSA and GSA’s selected Architect and Engineer (A/E) firm and Construction Manager as Advisor/Commissioning Agent (CMa/CxA). The GC shall furnish all labor, materials and other related services necessary to perform interior construction; demolition/hazardous materials abatement; heating, ventilation, air conditioning (HVAC) upgrades, electrical upgrades, and plumbing upgrades in accordance with the complete design documents.

Join Ventures: Join venture or firm/consultant arrangements will be considered and must submit an acceptable joint venture agreement.

The solicitation package will be available on 6/21/2023. The solicitation package will only be available electronically. Potential Offerors will be responsible for downloading the solicitation from the System for Award management site, www.sam.gov, and for monitoring possible amendments and/or additional information.

A pre-proposal conference and site visit will be held in Columbus, OH on Thursday, June 29, 2023 at 1:00pm Eastern Time. A link to the Pre-Proposal registration form will be included in the solicitation posting, and anyone interested in attending the pre-proposal conference shall complete the form and submit it no later than 12:00pm Eastern Time on Wednesday, June 28, 2023. Please note, the number of people attending will be limited to four individuals per company/team. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understand the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions or miscalculations in offers. The offers will be due on 7/21/2023, no later than 4:00pm Eastern Time.

All responsible sources may submit a bid/proposals which shall be considered by the agency. In order to be eligible for award, offerors are required to provide electronic representations and certifications in the System for Award Management (SAM), which can be accessed at: https://www.sam.gov. An award is anticipated on or about December 20, 2023.

Any questions regarding this notification should be directed to the Contracting Officer Anna Vanko at anna.vanko@gsa.gov.



Amendment 0001 - This Amendment is issued on 6/29/2023; it incorporates the PreProposal Conference Agenda and Sign-In Sheet, as well as the RFIs received to date.



Amendment 0002 - This amendment hereby extends the due date for proposals to August 09, 2023, no later than 4:00pm Eastern Time.



Amendment 0003 - This amendment hereby incorporates a portion of the received RFIs to date, as well as extends the due date for RFIs to Wednesday, July 19, 2023, no later than 4:00pm Eastern Time. This amendment also incorporates FAR 52.204-27 Prohibiliton on a ByteDance Covered Application.



Amendment 0004 - This amendment hereby extends the due date for RFIs to Wednesday, July 26, 2023, no later than 4:00pm Eastern Time.



Amendment 0005 - This amendment hereby incorporates a portion of answered RFIs received as of 7/26/2023. The remaining RFIs will be incorporated via a later amendment. This amendment also incoproates as REVISED Supplemental 1442 pricing sheet, as well as the 2006 environmental building assessment.



Amendment 0006 - This amendment hereby incorporates the final balance of RFIs received. This also incorporates a revised Supplemental 1442 Pricing Sheet which increases the Allowance 2 amount, and removes the “1h Environmental - ACM” line item mistakenly left on the previously revised Supplemental 1442 Pricing Sheet.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >