Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

Z -- Seattle U.S. Courthouse Main Entrance Roof Replacement

Notice Date
6/29/2020 5:02:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0034
 
Response Due
7/15/2020 1:00:00 PM
 
Archive Date
10/31/2020
 
Point of Contact
Jong Kim, Phone: 206-231-9171, Kimberly M Johnson, Phone: 253-709-7780
 
E-Mail Address
jong.kim@gsa.gov, kimberlym.johnson@gsa.gov
(jong.kim@gsa.gov, kimberlym.johnson@gsa.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Seattle U.S. Courthouse Main Entrance Roof Replacement Amendment A0001:� The purpose of this amendment is to provide a site visit attendeelist. Please find the attached Amendment 47PL0120R0034-A0001 for detialed information.� � This Solicitation is SET ASIDE for Women-Owned SMALL BUSINESS VENDORS ONLY. FAR 52.219-14 Limitations on Subcontracting applies to this solicitation. Please see Solicitation for further information on percentage applicability. MANDATORY INTERESTED VENDOR MUST ATTEND THE PRE-PROPOSAL CONFERENCE AND SITE VISIT TO SUBMIT A PROPOSAL FOR THE ABOVE PROJECT. PLEASE NOTE: PACKAGES WILL NOT BE ACCEPTED IF PRIME CONTRACTOR DOES NOT ATTEND. PRE-PROPOSAL CONFERENCE & SITE VISIT: JUNE 24, 2020 @ 10:00 AM - Pacific Time LOCATION: SEATTLE U.S. COURTHOUSE LOBBY CHECKIN The attached Solicitation provides additional instructions for RSVP. The Contracting Officer will be working with the Property Manager and the GSA Leadership on updates of the building and its state regarding the recent unrest in Seattle.� At no time, would we ask a contractor or any GSA employee to enter a worksite under these conditions.� As we move closer to that date, the Project Manager, Property Manager and Contracting Officer will make a determination to move forward with the site visit or to cancel/hold.� We will ensure the Contractor teams have enough time to adjust.� We are interested in moving forward with this project, however we are not interested in jeopardizing anyone's safety.�� This procurement will be advertised under North American Industrial Classification System (NAICS) code 238160 - Roofing Contractors. The small business size standard for NAICS code 238160 is $16.5M in average annual receipts over the past three (3) years. General Information The Seattle U.S. Courthouse is located at 700 Stewart Street Seattle, WA 98101. Scope Summary For several years the Seattle US Courthouse (USCH) has been plagued with various leaks and short term fixes. In 2014 and 15 minor stop gap repairs were made, weep hole extensions were installed as one of the more economical solutions to correct deficiencies identified in the 2014 report. In 2018 the skylights were re-caulked again, but the leaks have persisted and traveled by location. These leaks seem to appear only with high winds, and not with a deluge of straight down rain. As the water intrusion seemed to becoming progressively worse, a roofing contractor was hired to conduct further investigations. The roofing contractor believed that the membrane was leaking and not the curbs, and recommended destructive testing. On February 27 and March 1, 2019 representatives from ECH (Architecture), Wetherholt (Building Envelope Consultant), and Pacific Rainier Roofing (Sheet Metal/Roofing Contractor) conducted preliminary site visits for initial reviews and observations to confirm the curbs were not the only problem. The Scope of Work plans for the full replacement of the existing main entrance roof installed in 2004, with a new ""Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing."", per the plans dated February 28, 2020 and specifications dated 28 February 2020 by ECH Architecture. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Construction contract for the Seattle U.S. Courthouse Roof Replacement pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The Roofing team will be selected through a best value / tradeoff selection process. During the submittal period to Construction, the Roofing team will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. GSA will provide a 100% design package to the interested vendors accompanying the solicitation documents. Design package shall include Scope of Work, 100% Specifications, and Drawings. GSA The CMa will be involved in the source selection process, post award design process and will provide construction oversight expertise, estimating, change order review, cost information, functionality and constructability reviews and ePM project data entry. There will be an informal partnering process throughout the post award submittal and construction phases to promote successful project development and execution including an enhanced project kickoff meeting. Roofing applications and Warranty will be fully inspected and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks The facility location, coupled with the need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The replacement of the main entrance roof at Seattle U.S. Courthouse in Seattle, WA must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. All work in public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. Responses Upon receipt of Solicitation Package, Interested Vendors shall complete and sign, SBU Agreement Exhibit 0 and return with attachments to Contract Specialist, jong.kim@gsa.gov and Contracting Officer, kimberlym.johnson@gsa.gov . Interested Vendor shall create a GSA.google email account via GACA Instructions atteched for access to SBU documents. . Interested Vendor shall create a GSA.google email account via GACA Instructions attached for access to SBU documents. Technical documents will not be released via Beta.SAM.gov. The GSA Google drive will be the primary project location for the PPI Log, Specifications and Drawings, Photos and any additional information.� The Solicitation Attachments will also be uploaded to the Google Drive due to Storage capacity through email and Beta.SAM. Qualified Interested Women-Owned Small Business �vendors shall submit their completed proposals per the instructions located in the 47PL0120R0034 Solicitation Package. RFP packages shall be sent in Electronically Only. Responses shall be emailed not later than the date specified in this solicitation notice as follows: jong.kim@gsa.gov and kimberlym.johnson@gsa.gov. Response Date: Jul 15, 2020 1:00 PM PDT All interested vendors are required to respond to this solicitation notice via email not later than 1:00 p.m. PDT, July 15, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d81656c62f8474d9a552c19df0ca1ca/view)
 
Place of Performance
Address: Seattle, WA 98101, USA
Zip Code: 98101
Country: USA
 
Record
SN05706385-F 20200701/200629230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.