The Joseph F. Weis Jr. US Courthouse in Pittsburgh, PA has vacant space throughout the building. There is approximately 70,000 square feet of vacant space in the Joseph F. Weis Jr. US Courthouse in Pittsburgh, PA. Large portions of the vacant space are located on Floors 1, 2, 5, 8 and 10. The vacant space on the first floor was recently vacated by the US Postal Service. The General Services Administration (GSA) intends to design and construct the necessary shell and tenant improvements (TI) required for two new occupant agencies, namely the Social Security Administration (SSA) and Department of Homeland Security (DHS) Immigration and Customs Enforcement (ICE). In addition, this project will construct the necessary shell and TI required for the forced relocation of three existing tenant spaces. Design will be based upon conceptual plans developed by MGA Partners Architects during a previously completed study.
The project site is the Joseph F. Weis Jr, United States (US) Courthouse, formerly known as the Pittsburgh Post Office and Courthouse, located at 700 Grant Street, Pittsburgh, PA 15219. The Joseph F. Weis Jr. Courthouse was constructed in the 1930's. The building was listed on the National Register of Historic Places as a contributing building in the Downtown Pittsburgh Historic District in December 1985, and was individually listed on the National Register in February 1995. The building has undergone several renovations since it was constructed. For example, in the 1960's and 1970's, most of building's original interior finishes in the postal space were removed or covered. In 2002 to 2006 the existing courtrooms were modernized and six new additional courtrooms and chambers were inserted into the light courts. The building is comprised of 13 levels totaling 777,000 gross square feet.
The overall project objectives include:
-Design Stage: Program of Requirements (POR), Design Development, Construction Documents
-Construction Stage: Construction Commencement, Early Work Packages, Construction Administration, As-Built Drawings
-Turnover Process: Preparation for Occupancy
The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million dollars.
The order of magnitude for the contemplated acquisition is more than $10,000,000.00.
The anticipated contract will be procured utilizing source selection procedures as described in FAR Part 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors.
Response Information:
The following information is requested in response:
(1) Identification (including name, address, telephone number, and DUNS number) and verification of the company to be certified by the Small Business Administration (SBA) as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. Identification of the company as other than small business, if applicable.
(2) Required experience to be considered as a viable source of the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a Guaranteed Maximum Price (GMP) contract awarded to your firm as a prime contractor utilizing the Construction Manager as Constructor (CMc) project delivery method. The work should include managing multiple subcontractors, occupied buildings, dealing with sensitive customers and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provide order of magnitude (over $10,000,000.00) and have been completed within the past ten (10) years.
Your response should address your experience with "open book accounting". Your response should address experience with office renovation, construction in existing secured space/building, construction of new secured spaces, advanced security systems, hazardous material removal, phased construction, constrained construction site, multiple subcontractors, and construction in fully occupied/operational buildings in the Pittsburgh, PA market and surrounding vicinity should be demonstrated in your response. Your response should document how your firm meets these requirements and must provide specific contract information to include: contract number, location, agency/owner, dollar value (inclusive of all changes), contract type, project delivery method, a description of the work, including how it relates to this contemplated procurement and an owner Point of Contact with a telephone number and email address. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than five (5) completed contracts which meet the criteria above.
(3) Describe your firm's ability to obtain a bid bond up to 20% of the maximum order of magnitude and performance and payment bonding to 100% of the maximum order of magnitude. The maximum order of magnitude is $10,000,000.00 to $20,000,000.00 for a single contract.
(4) Demonstrate ability to obtain certification from a Certified Public Accountant (CPA) that your firm's accounting system provides for the following:
The accounting system is in accordance with the Generally Accepted Accounting Principles (GAAP).
There is proper segregation of direct costs and indirect costs.
There is proper identification and accumulation of direct costs by contract.
There is a labor time distribution system that charges direct and indirect labor appropriately.
(5) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition).
(6) Indicate whether the inclusion of the following Federal Acquisition Regulation (FAR) Cost Accounting Standards (CAS) clauses would affect your firm's decision to submit a proposal for this contemplated acquisition: FAR 52.230-2, Cost Accounting Standards; FAR 52.230-3, Disclosure and Consistency of Cost Accounting Practices; and FAR 52.230-6, Administration of Cost Accounting Standards. Please provide a brief explanation. Please indicate if your firm has experience with contracts that include these CAS clauses. The full text of these clauses can be found at www.acquisition.gov/browsefar. In accordance with 48 CFR 9903.201-1(b)(3), contracts with small businesses are exempt from all CAS requirements. Therefore, a response to this item is only requested from firms that are other than small businesses.
Interested firms should submit a Letter of Interest with the above requested information to Ms. Shannon Stanford, Contract Specialist. Please email your response to [email protected] by Friday, September 23, 2016, 4:00 p.m. EST.
This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.