Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PL0120R0064
Amendment A003, dated 11/05/2020 See SF 30, Revised SF 1442, Addendum 2 to the SOW, and Exhibit 10 ________________________________________________________________________________________________ Amen...
Amendment A003, dated 11/05/2020 See SF 30, Revised SF 1442, Addendum 2 to the SOW, and Exhibit 10 ________________________________________________________________________________________________ Amendment A002, dtatd 10/27/2020 See SF 30 and Contintuation pages for details ________________________________________________________________________________________________ Amendment A001, dated 10/26/2020. See SF 30 and Contintuation pages for details. Attacjhment C has been updated. Attachment E has been added. _______________________________________________________________________________________________ The United States General Services Administration (GSA), Public Buildings Service (PBS), for the Northwest/Arctic Region (Region 10) is soliciting for Design-Build Services for the Federal Transit Administration (FTA) Tenant Buildout project at the Henry M. Jackson Federal Building (JFB), located at 915 Second Avenue, Seattle, Washington 98174-1009. Said solicitation will be pursuant to the terms and conditions of the seven awarded Region 10 Western Design-Build Construction Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts. Macnak Construction LLC, 12802 Bridgeport Way SW, Lakewood, WA 98499, Contract: 47PL0018D0004; M. J. Takisaki, Inc., 1312 South Weller Street Seattle, WA 98144, Contract: 47PL0018D0002; RHD Enterprises, Inc., 819 78th Ave SW, Tumwater, WA 98501, Contract: 47PL0018D0005; RJS Construction, Inc. 1618 B Rudkin Road, Yakima, WA. 98901, Contract: 47PL0018D0007; Ronsons P&L JV, 2800 NE Goldie Street, Oak Harbor, WA 98277-2727, Contract: 47PL0018D0001; Saybr Contractors, Inc. 3852 S. 66th St. Tacoma, WA 98409, Contract: 47PL0018D0006; and Southwest Construction & Property Management, 1213 San Mateo Avenue, San Bruno, CA 94066, Contract: 47PL0018D0008. Subcontracting opportunities may be available through any or all of the above firms. Description of the Project: The project will consist of a full design (30%, 60%, 90%, Final, and Issued for Construction estimates, drawings, and specifications), partial asbestos abatement, demolition, construction, and commissioning services. It will also include structural mechanical, electrical, fire safety, security and building automation alterations and feature to accommodate occupancy by the Federal Transit Authority staff. It will incorporate sustainable design principles and innovative technologies. GSA intends for the building to be occupied for the duration of the design and construction project, with a preponderance of the abatement, demolition and construction work being performed after hours. The delivery method chosen for this project is Design-Build, with the GSA utilizing a separate CMa contractor. Coordination with a separate tenant outfitting design services provide with be required for power and data requirements for new furniture to be installed, as well as associated move services. Anticipated Trades: General and finish carpentry, electrical, HVAC, structural reinforcement, plumbing, fire alarm/fire sprinkler, building automation systems, low voltage electrical/ telecommunications/information technology, AHERA trained workers, cabinetry/ casework, flooring, general labor, sheet rock, painting, tape/texture, glazing, etc. Anticipated Architectural/Engineering and other Disciplines: Highly experienced Architectural, Electrical, Mechanical, Structural, Acoustical, Fire Protection/Life Safety, Environmental (ACM abatement), Project/Construction Management, Superintendence, Quality Control/Quality Assurance, Safety, etc. Anticipated Solicitation and Award: The GSA/PBS Region 10 Project Team anticipates solicitation of the subject project in by 10/02/2020, with potential award by end of 11/30/2020. This timeframe takes into account MATOC Holder preparation in notifying potential A-E subconsultants and subcontractors, the pre-proposal conference site visits, pre-proposal questions and answers, solicitation amendments, submission and evaluation of proposals, negotiation. The Pre-proposal Conference/Virtual Meeting is scheduled tentatively for 10/15/2020, to go over contractual and technical requirements, with an emphasis on review of the test fit drawings and Statement of Work. Questions are encouraged via the GSA/PBS survey link that will be provided to the seven IDIQ MATOC holders listed above. Size Standard: The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million. The Product Service Code is Z2AA - Repair or Alteration of Office Buildings. The Estimated task order construction value: Pursuant to FAR 36.204: the magnitude of construction is between $500,000 and $1,000,000. For Construction only. The magnitude for the overall project, inclusive of all costs , is between $500,000.00 and $ 1,300,000.00. Attached Solicitation Documents available only MATOC Holders and associated subcontractor/subconsultants .