Skip to main content

An official website of the United States government

You have 2 new alerts

Levin Capital Security Project- Construction Manager as Constructor (CMc)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Feb 23, 2022 04:19 pm CST
  • Original Published Date: Jan 24, 2022 05:22 pm CST
  • Updated Response Date: Mar 14, 2022 02:00 pm CDT
  • Original Response Date: Mar 10, 2022 01:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 23 - Construction
  • Place of Performance:
    Detroit , MI 48226
    USA

Description

This is a presolicitation notice for a Capital Security Project for the  U.S. General Services Administration (GSA), Public Building Service, Region 5, at the Theodore Levin United States Courthouse located at 231 W Lafayette Blvd, Detroit, MI 48226. This acquisition is for Construction Manager as Constructor (CMc) services and will result in a single contract award. 

Work shall include, but is not limited, to the following:

  1. Provide an accessible route into the building at Lafayette Boulevard, which is currently only accessed by stairs totalling approximately 9 feet in height.
  2. Separate unscreened individuals entering the building from screened individuals within the building and exiting. The separation is to e a secure physical barrier
  3. Provide a dedicated public entrance that will accommodate approximately 2,500 persons per week. This entrance is closest to most of the available public parking.
  4. Provide some interior sheltered space for queuing lines to reduce or eliminate the number of persons line up down the street while waiting to be screened.
  5. Provide a new security screening station located in close proximity to the new CSO booth.
  6. All schemes provide:
    1. Approximately 55 feet of queuing distance
    2. Gun Room visible from the CSO station
    3. New CSO booth meeting USMS Publication 64 requirements
    4. Although not identified in the original concept sketches, all schemes include an integrated location of the presidential portraits. While not security related, this is consistent with the guidelines of first impressions.

The procurement is set-aside for Small Businesses only. The NAICS code for this procurement is 236220 (Commercial and Institutional Building Construction) with a size standard of $36.5 million. A bid bond will be required with offer submissions.

This is a negotiated procurement; there will not be a public bid opening. Award will be made to responsible CMc whose proposal conforms to the solicitation requirements and could provide the best value to the Government.

For this procurement, the technical factors, when combined, will be significantly more important than price. The technical factors will include: Experience in providing Design and Construction Stage Services similar projects, Past Performance in providing Design Stage Services and Construction stage Services on similar projects, Management Approach (Design and Construction Stage Services), and Qualifications and Experience of Key Personnel.  The Government reserves the right to make an award on initial offers, but discussions/interviews may be held if necessary.

The solicitation will be available on or after 15 calendar days following this notice. There will be a pre-proposal conference conducted, the date, time and subsequent details will be listed within the RFP. The specific date and time of the  pre-proposal conference will be identified in the solicitation and will require those wishing to attend to RSVP in advance.

The due date for receipt of proposals will be stated in the solicitation. There will be an electronic submission with which the solicitation will explain in further detail. The solicitation will be available for download through SAM.gov . Offerors are responsible for downloading the solicitation and for monitoring FBO for amendments or additional information. 

. All government contractors must be registered in the System for Award Management (SAM) prior to submitting an offer. You may access SAM at the following URL: https://www.sam.gov/portal/public/SAM/. Once you have registered with SAM, you will be required to register with FBO. No federal materials can be downloaded until you have registered under both sites.

Any questions regarding this notification should be directed to Della Ljungkull  and Oana Sandru via email at Della.ljungkull@gsa.gov with a carbon copy to Oana.Sandru@gsa.gov

Contact Information

Contracting Office Address

  • R5 ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA

Primary Point of Contact

Secondary Point of Contact

History