CMS Back on Campus Phase III
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: Solicitation (Updated)
- Updated Published Date: Dec 07, 2023 03:16 pm EST
- Original Published Date: Nov 09, 2023 11:15 am EST
- Updated Date Offers Due: Jan 08, 2024 02:00 pm EST
- Original Date Offers Due: Jan 08, 2024 02:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 23, 2024
- Original Inactive Date: Jan 23, 2024
- 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: Windsor Mill , MD 21244USA
Description
Through its Design Excellence Program, the U.S. General Services Administration (GSA) commissions our nation’s most talented creative professionals to design outstanding federal workplaces. These projects embody an exemplary integrated process whose results deliver enduring value to taxpayers. GSA defines quality as the thoughtful expression of artistry, local culture, and democratic values like civic participation, accessibility, and transparency, achieved in balance with affordability, constructability, reliability, and industry-leading sustainable performance.
Design Excellence is the means by which GSA realizes the Guiding Principles for Federal Architecture, which President Kennedy authorized in 1962, and it is one of the agency’s primary vehicles for catalyzing positive, inclusive change in local communities.
Continuing this legacy of world-class public architecture, GSA announces an opportunity for Design Excellence for the CMS Back on Campus Project located at the Centers for Medicare & Medicaid Services in Woodlawn, Maryland.
The General Services Administration (GSA), Public Buildings Service (PBS) assists CMS in carrying out their master plan for their campus in Woodlawn, MD. This effort is for Phase 3 of the master plan, which is to renovate their campus and bring employees back on campus from surrounding lease locations. The GSA has contracted NKB to prepare a program of requirements for the renovation of the third floor of the north building (N3) as well as the scope for the north building elevators. The program includes interior renovation of typical office space and training and conference areas. The north building has five passenger elevators and one freight elevator. This project includes the five passenger elevators. GSA intends to award a firm-fixed price design-build contract for this renovation. GSA intends to issue a Request for Qualifications (RFQ) for a Design Build (DB) contract for the required Design Build Services.
The scope provides for integrated architectural, engineering, construction, testing, commissioning, and other related services necessary to renovate an existing facility that is compliant with GSA standards, applicable codes, and regulations. The design solution shall improve upon the previous two phases of renovations. The project shall be accomplished under GSA’s Design Excellence and Construction Excellence programs with an approach founded on the use of a collaborative design-build delivery approach that depends on the trust and collaboration between the project stakeholders, consultants, and project delivery team. This project goals and objectives shall be achieved through the experience and leadership of the Lead Designer.
The project shall attain high-performance spaces that demonstrate the merit of true integrated design, harmonizing aesthetics, cost, constructability, and reliability to enhance productivity and creativity inclusive of design solutions that address system durability, ease of maintenance, and lower operating costs for both the office space and the elevators and provide design solutions that address system durability, ease of maintenance, and lower operating costs for both the office space and the elevators.
The Government will issue a single solicitation covering both phases of the Two-Phase Design-Build Selection Procedures set forth in FAR 36.3. In Phase 1 technical qualifications will be evaluated to determine which Offerors will submit proposals for Phase 2. Three (3) Offerors will be short-listed and invited to submit Phase 2 proposals. Those unsuccessful offerors participating in Phase 2 will be paid a stipend of up to $50,000 to offset the costs associated with the preparation of required conceptual designs.
In Phase 2, using the best value trade-off procedures described under 15.101-1 and 15.3, the Government will evaluate the technical and price proposals of the firms short-listed as a result of the Phase 1 selection. Per FAR 52.215-1 (ALT I), Instructions to Offerors-Competitive Acquisition, it is the Government’s prerogative to award a contract without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions with those firms identified in the short list, if the Contracting Officer determines discussions are necessary.
If the Contracting Officer determines that the number of proposals that would otherwise be in the short list exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the short list to the greatest number that will permit an efficient competition among the most highly rated proposals.
Phase I Evaluation Factors
Factor 1 – Technical Qualifications (60%)
Subfactor 1.A – Prior Experience
Subfactor 1.B – Past Performance
Factor 2 – Approach to Design Build (20%)
Factor 3 – Lead Designer (20%)
Phase II Evaluation Factors
Factor 1 - Design Concept (50%)
Factor 2 - Key Personnel (20%)
Factor 3 - Management Plan (15%)
Factor 4 – Project Labor Agreement (15%)
The NAICS for this procurement is 236220, Commercial and Institutional Building Construction.
The estimated total design/build cost is between $25,000,000 and $30,000,000.
The CMS Back on Campus Phase III project shall be a Total Small Business Set Aside therefore a Subcontracting Plan shall not be required.
Please find the following Solicitation documents attached.
1) Design Build Agreement C101
2) Design Build Solicitation C201
3) Reps & Certs Form C301
4) Past Performance Questionnaire – Lead Design Firm
5) Past Performance Questionnaire – Design Build Construction Firm
6) Statement of Work, Specifications, Drawings, Exhibits, and other attachements CMS Back on Campus Phase 3, North 3rd Floor Renovation
7) Centers for Medicare & Medicaid Services Program of Requirements CMS Headquarters Building 7500 Security Boulevard, Woodlawn, MD, 21244 Back to Campus Phase 3 North 3rd Floor
A pre-proposal conference/Site Visit shall be held on Tuesday 28 November 2023 from 10 AM EST to 12 PM EST at the Centers for Medicare & Medicaid Services in Woodlawn, Maryland. The purpose of this conference is to provide a briefing on the project and the source selection procedures to be used in making the award. The pre-proposal conference date and logistics shall be provided via a project amendment.
The general nature of this requirement will be presented at the conference. Representatives from GSA, CMS and consultants will be present to provide responses to general questions. Specific questions pertaining to the terms and conditions of the solicitation must be submitted in writing to the Contracting Officer who will issue a formal response in the form of an amendment to the RFQ.
The project Request for Information (RFI’s) are due by Tuesday 5 December 2023 by 2 PM EST. The Request for Information (RFI’s) are to be submitted electronically to Mr. Raymond J Porter, Lead Contracting Officer, at email raymondj.porter@gsa.gov with a courtesy copy to the GSA Contract Specialist Shane O'Brien at email shane.obrien@gsa.gov.
Solicitation Number: 47PD0223R0043
Amendment Number: 0001
Please be advised that solicitation number 47PD0223R0043 for the CMS Back on Campus Phase III Project located in Woodlawn, Maryland is hereby amended effective 7 December 2023 to incorporate the following:
- Standard Form 30 – Amendment 0001.
- The CMS Back on Campus Phase III Project Request for Information (RFI’s) log dated 7 December 2023 is incorporated with amendment.
- The CMS Back on Campus Phase III Project Pre Proposal Site Visit Agenda dated 28 November 2023 is incorporated with this amendment.
- The CMS Back on Campus Phase III Project Pre Proposal Site Visit attendee sheet dated 28 November 2023 is incorporated with this amendment.
- The CMS Back on Campus Phase III Project revised Solicitation Number 47PD0223R0043 dated 7 December 2023 is incorporated with this amendment.
6. All other terms and conditions remain unchanged.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION MGMT DIVISION SOUTH 100 S. INDEPENDENCE MALL WEST
- PHILADELPHIA , PA 19106
- USA
Primary Point of Contact
- Raymond J. Porter
- raymondj.porter@gsa.gov
- Phone Number 2157563439
Secondary Point of Contact
- Shane O'Brien
- shane.obrien@gsa.gov
- Phone Number (267)-252-9208
History
- Aug 07, 2024 11:55 pm EDTSolicitation (Updated)
- Aug 07, 2024 08:03 am EDTSolicitation (Updated)
- Feb 07, 2024 11:55 pm ESTSolicitation (Updated)
- Feb 07, 2024 03:49 pm ESTSolicitation (Updated)
- Jan 23, 2024 11:55 pm ESTSolicitation (Updated)
- Dec 07, 2023 03:16 pm ESTSolicitation (Updated)
- Nov 09, 2023 11:55 pm ESTPresolicitation (Updated)
- Nov 09, 2023 11:15 am ESTSolicitation (Original)