Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2002 FBO #0077
SOLICITATION NOTICE

Z -- Design-Build Services for Facade Replacement, Federal Building, Des Moines IA

Notice Date
2/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS-06P-01-GZC-0512
 
Response Due
4/4/2002
 
Point of Contact
Linda Hale, Contracting Officer, Phone (816) 823-4911, Fax (816) 926-3571,
 
E-Mail Address
linda.hale@gsa.gov
 
Description
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Property Development Division (6PCA), 1500 East Bannister Road, Kansas City, MO 64131-3088. Request for Stage One Technical Qualification Proposals. The General Services Administration (GSA), Heartland Region, is soliciting proposals from design-building firms, partnerships, or joint ventures for bridging Design-Build (D-B) Services Contract for the Fa?ade Replacement (IIA21040) at the Federal Building at 210 Walnut, Des Moines, IA. -- Solicitation Number GS-06P-01-GZC-0512. Total estimated cost of services is $10,000,000 - $15,000,000. The Stage One Request for Technical Qualification Proposals (RFTQP) solicitation is expected to be issued on or about March 1, 2002. A Pre-Proposal conference will be held in Des Moines, IA on March 14, 2002. RFTQP's will be received on or about April 4, 2002. Point of Contact: GSA Contracting Officer, Ms. Linda E. Hale, telephone (816) 823-4911, fax (816) 926-3571; e-mail, linda.hale@gsa.gov, and GSA Project Manager, Denise Ryerkerk, telephone (816) 823-2269, fax (816) 823-2273; e-mail denise.ryerkerk@gsa.gov. Interested parties may submit written request to the Contracting Officer to be placed on the bidders' mailing list to receive copies of the Stage I RFTQP upon issuance. Parties interested in receiving synopsis of the solicitation, Stage One solicitation as well as any Amendments to the solicitation can register with FedBizOpps at http://www.eps.gov/EPSVendorRegistration.html using Solicitation No. GS-06P-01-GZC-0512. This procurement will be conducted in two stages. Stage One will evaluate the technical qualifications to arrive at a short list of three contractors to participate in Stage Two. Only offerors invited by the Government to participate in Stage Two may qualify for a stipend payment in the amount of $20,000 to help defray proposal development costs. The stipend payment is conditional upon receipt of a fully developed Stage Two proposal, including successful completion of interviews. Stipend distribution will occur after contract award of the D-B contract. Stage Two will evaluate a detailed technical proposal for design and construction solutions and a firm fixed price. The Government intends to use the "greatest value concept" in selecting the prime contractor. Only one proposal may be submitted for each stage by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals. The Government intends to disclose proposals received in response to this solicitation to non-government evaluators. Each evaluator will sign and provide to GSA a "Conflict of Interest Acknowledgment and Nondisclosure Agreement." An acceptable subcontracting plan for both design and construction services must be agreed to before contract award. This is a negotiated procurement that will result in a firm-fixed price contract. Award of a contract will be contingent upon funding approval. REQUEST FOR STAGE ONE TECHNICAL QUALIFICATION PROPOSALS. This design-build contractor will be responsible for taking the design from the design development level, as prepared by the bridging AE, through construction drawings and construction. The building is 390,000 gross square feet and ten stories in height, with a penthouse and a basement, and houses approximately forty Federal agencies. The project will be designed and constructed in standard foot/pound/gallon ("English") units. The project will stabilize and overclad the existing masonry facade, which has leaked since initial construction. The granite column cladding and vertical aluminum fins will be removed, the glazed brick masonry will be stabilized and overclad, and the windows will be replaced, from the inside, with energy efficient windows designed for glass fragment retention. The building will be fully occupied during construction, including two active Child Care Center's and playgrounds, and emphasis will be placed on minimizing disruption to tenants and visiting public. Other work to be done under the same contract includes roof replacement, basement waterproofing, replacement of entry doors, remodeling of the entrance canopies, vestibule, and a portion of the lobby, perimeter landscaping and limited asbestos abatement may be required. The design should be an expression of the American architectural tradition and a visual testimony to the dignity, enterprise, vigor and stability of the American government. Quality material and design, low maintenance, energy efficiency, construction waste management, and sustainable design issues as defined by the LEEDS (Leadership in Energy and Design) rating system of the U.S. Green Buildings Council, are elements of the project. It is anticipated that the landscaping, basement waterproofing, and portions of the vestibule work will be options to the contract, and if exercised, will be awarded not later than October of 2003. The length of the contracting period is approximately 730 days. Stage One Evaluation Factors are as follows: Experience and Past Performance (40%); Qualifications of Key Personnel (40%); Team Composition & Locality Experience (20%). A pre-proposal conference to discuss project objectives and to answer Stage One questions will be held on March 14, 2002 at 1:00 p.m., Room 817, at the Federal Building, 210 Walnut, Des Moines, IA. Those attending this conference are encouraged to arrive early, due to screening requirements at the building. Please pre-register with the Contracting Officer via email or telephone no later than noon on March 13, 2002. Firms may provide their questions in typed format. Responses to all questions, whether verbal or written will be distributed to interested firms after the meeting. To insure all interested firms are on the distribution list, firms who do not attend the conference or provide written questions in advance shall notify the Contracting Officer in writing that they are interested. Specific date and time for receipt of Stage One proposals shall be as specified in the RFTQP. All submittals must clearly indicate the solicitation number on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-10. Under Stage One, offerors must submit information to identify the offeror as an individual or as a legal business entity. The offeror shall identify the Builder and the Design Team that will provide services for the D-B and furnish qualifications and information to fulfill the Stage One proposal requirements. The offeror must identify whether or not they are a small business. If the offeror is not a small business, a small business subcontracting plan must be submitted with the proposal for the design-build team with offer for Stage Two; the D-B will be required to provide the maximum practical opportunities to small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 40 percent total for Small Business (SB), which includes 8 percent for Small Disadvantaged Business (SDB), 5 percent for Woman-Owned Small Businesses (WOSB), 2.5 percent for HUBZone Small Business (HUBZone SB) and 5 percent for Veteran-Owned (Including 3 percent for Service Disabled) Small Business (VOSB). In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged, and women-owned business. Offerors must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged and women-owned businesses. The Government will evaluate all responses in accordance with the criteria stated in the Stage One RFTQP, and will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The Government will advise respondents considered not to be viable competitors of the general basis for that opinion. STAGE TWO COMPETITIVE PROPOSALS. The three (3) most highly qualified Stage One offerors will be requested to submit Phase Two competitive proposals in response to a Request for Phase Two Competitive Proposals (RFCP). The names of the offerors selected to participate in Stage Two will be published in FedBizOpps. The offerors selected to participate in Stage Two will be notified of the submittal requirements for Stage Two. Stage Two submission requirements will include the submission of a detailed technical proposal and management plan addressing the RFCP's scope of work, and a firm-fixed price proposal for providing the services required. Offreors responding to Stage Two must submit a complete subcontracting plan for both the design and construction services. A bid guarantee in the amount of 20% of the offer or $3 Million, whichever is lesser, will be required of offerors participating in the Stage Two competition.
 
Place of Performance
Address: Federal Building, 210 Walnut, Des Moines, Iowa
Country: USA
 
Record
SN00027491-W 20020217/020215213251 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.