Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2002 FBO #0214
SOLICITATION NOTICE

Z -- Historic U.S. Courthouse

Notice Date
7/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS04P02EXC0059
 
Response Due
8/5/2002
 
Archive Date
8/20/2002
 
Point of Contact
Dequilla Burnett, Contract Specialist, Phone (404) 331-4639, Fax (404) 730-2309, - Dequilla Burnett, Contract Specialist, Phone (404) 331-4639, Fax (404) 730-2309,
 
E-Mail Address
dequilla.burnett@gsa.gov, dequilla.burnett@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
CONSTRUCTION- FOR THE RENOVATION AND ALTERATION OF THE HISTORIC U.S. COURTHOUSE, TALLAHASSEE, FLORIDA REQUEST FOR TECHNICAL PROPOSALS FOR THE RENOVATION AND ALTERATION OF THE HISTORIC UNITED STATES COURTHOUSE IN TALLAHASSEE, FLORIDA. Solicitation number-GS-04P-EXC-02-0059 -The General Services Administration (GSA) announces an opportunity for construction excellence (renovation and alteration) and is soliciting technical proposals and preliminary bonding assurance letters from highly qualified, certified small business general contractors (GC), desiring to compete in the procurement process for this important project. Offerors must meet all legal requirements to perform construction services in the state of Florida. This procurement is advertised on a restricted basis as a Small Business Set-Aside in accordance with the Small Business Demonstration Program (General Services Administration Letter MV-0202, dated February 28, 2002). This procurement will utilize the Best Value approach that allows trade-off of the price and technically highly rated offers. The Government may award to other than the lowest price offeror. The selected GC must demonstrate a history of meaningful experience and quality performance, a commitment to excellence, providing and maintaining a viable team organization and by adherence to budgetary and time parameters set forth for this project. In the selection of the GC technical evaluation factors will be significantly more important than price. Offerors are encouraged to submit proposals on their best terms as the Government intends to make award without discussions. The North American Industry Classification Code (NAICS) is 233320 for this effort. The courthouse, which was constructed in 1935, is located at 110 East Park Avenue in downtown Tallahassee, Florida and is presently on the National Building Register of Historic Places. The courthouse is a three-story building consisting of 45000 gross square feet, or 4180 gross square meters with 50 secured outside parking spaces. Construction is scheduled to start on or before October 25, 2002, with a completion date of no later than August 1, 2003. The services provided by the GC shall cover a specific range of renovation and alteration services as detailed in the Scope of Work (drawings and specifications) to be provided in the subsequent RFP package. The procurement shall be conducted in two (2) Stages. Stage I:-Interested parties are required to submit the following data along with a statement from a bonding surety certifying their ability to obtain bonding of at least 5 million dollars. The technical factors to be evaluated are: 1) PAST PERFORMANCE- (400 points) quality of performance provided on the three projects submitted under evaluation factor 2. Provide at least two reliable references per project (references will be contacted) (Note that the government can only exert a reasonable amount of time attempting to contact references)-names, titles, phone numbers, faxes, e-mails.2) PAST EXPERIENCE- (300 points) previous experience on construction (renovation and alteration projects, (preferably historic sites) whereby you served as the prime contractor (at least three (3) projects within the past five years) that meet or exceed 35,000 gross square feet in size and were between 3 and 5 million in cost. Provide 8x10 photographs, locations, size, target completion, actual completion, projected cost and final cost for each of the three projects submitted. 3) EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL-(200 points) qualifications and experiences of key personnel and the first tier subcontractor relative to construction (renovation and alteration, preferably historic sites) of facilities commensurate with the aforementioned size and dollar value in factor 2. Also submit education /training and certification/licenses specific to the position assigned on this project and where the individual has worked in that capacity on past projects as a minimum of 51% in duration. 4) MANAGEMENT PLAN AND TECHNICAL APPROACH (100 points) a) planned approach to organizing and controlling the execution of the renovation and alteration effort b) plan to manage change orders and minimize their effects on cost and time c) plan to coordinate subcontracted trades and efforts to minimize schedule conflicts d) plan to monitor construction schedule and costs so that the project remains on time and within budget e)- plan to coordinate the review of shop drawings, submittals and to ensure that means and methods comply with contract requirements. Also, offerors are required to submit a letter from a surety, on the surety?s letterhead, certifying their ability to obtain bonding of at least 5 million dollars. Corporate sureties offered must appear on the list contained in the department of Treasury Circular 570 ?Companies Holding Certificates of Authority as Acceptable Reinsuring Companies of Acceptability of Individual Sureties in accordance with FAR 28.202 and 203. Evaluation factor the aforementioned technical data and bonding letter shall be submitted chronologically in an 8-1/2? x 11? spiral bound notebook or folder. This data must be submitted, in triplicate, to Ms. Dequilla Burnett, Contracting Officer, General Services Administration, (GSA), Property Development Division, 401 West Peachtree Street, N.W., Suite 2500, by close of business August 5, 2002. Late and/or incomplete submissions during any stage of this procurement will be handled in accordance with FAR 52.214-7 and may render an offeror ineligible for further participation. Noncompliance with the established time frames for any and all submissions will be handled in accordance with Far 15.208. Electronic transmissions, faxes and/or verbal submissions will not be accepted during any stage of this procurement. All correspondence in response to this announcement must clearly indicate the solicitation number GS-04P-02-EXC-0059, project name and be limited to 50 pages. Stage II: Following the receipt, evaluation and scoring of the stage 1 submissions by the GSA Source Selection Evaluation Board (Board) each responding firm will be issued a RFP package along with the corresponding Scope of Work and requested to submit a price proposal. In accordance with FAR Part 28.101 and 52.228-1, a Bid Guarantee/Bond in the amount of $1,000,000.00 or 20% of the proposed submission price must accompany price proposals, whichever is less. A failure to comply with this requirement may result in the rejection of the price proposal as unacceptable. Prior to the submission of the price proposal a Pre-submission meeting will be held (normally ten days following receipt of the RFP package) to discuss questions relative to the scope or price submission. The exact date of the meeting will be provided in the RFP package. Once prices are submitted the Board will reconvene and determine the best value to the Government by combining price and technical factors to arrive at the best overall value to the government. Offerors participating as newly established joint ventures, partnerships, etc. must provide, prior to award, proof of legal union among the participants prior to award. A follow up notification of award will be placed in this publication. Award of this contract is contingent upon funding approval. THIS IS NOT A REQUEST FOR PRICE PROPOSALS AT THIS TIME.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCB/GS04P02EXC0059/listing.html)
 
Place of Performance
Address: 110 East Park Avenue Tallahassee, Florida
 
Record
SN00103973-F 20020704/020703042840 (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.