Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
MODIFICATION

Y -- Construction Excellance - Ft. Pierce, Fl.

Notice Date
7/15/2003
 
Notice Type
Modification
 
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
Reference-Number-GS-04P-03-EXC-0033
 
Response Due
8/18/2003
 
Archive Date
9/2/2003
 
Point of Contact
Ronald Butler, Contracting Officer, Phone (404) 331-5461, Fax (404) 730-2309, - Ronald Butler, Contracting Officer, Phone (404) 331-5461, Fax (404) 730-2309,
 
E-Mail Address
ronald.butler@gsa.gov, ronald.butler@gsa.gov
 
Description
Modify title to change the word Excellance to Excellence. WRITTEN EXPRESSIONS OF INTEREST FOR CONSTRUCTION EXCELLENCE FOR A NEW US COURTHOUSE, FT. PIERCE, FLORIDA WRITTEN EXPRESSIONS OF INTEREST FOR CONSTRUCTION EXCELLENCE FOR CONSTRUCTION OF THE NEW U. S. COURTHOUSE-FT. PIERCE, FLORIDA-GS-04P-03-EXC-0033. The General Services Administration (GSA) announces an opportunity for Construction Excellence in public construction and is presently soliciting written expressions of interest and assurance of bonding capacity letters from qualified general contractors (GC) desiring to compete in the procurement process for the subject construction project. GSA intends to award a Firm Fixed Price contract, utilizing successive target prices throughout the source selection process, to obtain the GC that offers the best overall value to the Government. The selected GC must demonstrate a commitment to construction excellence, proposing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The Government will utilize the Source Selection process in accordance with FAR Part 15.1, Best Value Continuum-FAR 15.101, and the Tradeoff process FAR 15.101-1 to select the GC that offers the best overall value. The site selected by the Government for the new United States Courthouse will be in the Central Business District of Ft. Pierce, Florida. The facility will include approximately 10,994 square meters (118,334 gross square feet) including 34 secure (inside) parking spaces and 73 on-grade parking spaces. The facility will be occupied by the Federal District Court, Magistrate Court, Bankruptcy Court, District Clerk, Probation, Pretrial Services, Federal Defender, U.S. Attorneys Office, U.S. Marshals Service and the GSA. The estimated total construction cost for the project is estimated to range between $25,000,000 and $26,500,000 with occupancy planned for 4th quarter of FY 2007. This procurement is advertised on an unrestricted basis with an approximate construction time of 545 calendar days. The North American Industry Classification System Code (s) (NAICS) for this procurement is 233220. The project will be in Metric Units of Measure. Utilizing FAR Part 15 and formal Source Selection procedures the GC will be competitively chosen. The Trade-Off process at FAR Part 15.101 allows award to other than the lowest priced proposal therefore, participants are urged to submit all proposals on their best terms possible as it is the Governments intent to make award without discussion in accordance with FAR 15.306 (3), Qualified offerors electing to participate in the name of newly formed partnerships, corporations, joint ventures and/or any other business entity or arrangement will be required to provide the government with legal proof of union upon submission. Under this procedure all evaluation factors other than cost or price, when combined are significantly more important than cost or price (15. 101- a (2), thereby magnifying the importance of each offeror?s past and present stated ability to perform at a very high rate of technical competence and to submit all offers on the best terms possible. The procurement process is structured in 4 Stages as follows: STAGE I- In order to become eligible to compete for the award of this project qualified GCs must, within 30 days of the publication of this notice or no later than Close Of Business (COB) August 18, 2003, submit a one page letter of interest (include an address and point of contact that you wish the subsequent RFP package to be mailed) along with a statement letter from a bonding corporate surety, on their (the surety?s) letterhead, certifying their ability to obtain bonding capacity commensurate with the Estimated Construction Cost of at least $26,500,000 (Ceiling Price). 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 or Acceptability of Individual Sureties? in accordance with FAR 28.202 and 203 (http://www.fms.treas.gov/c570/index.html). These two letters (letter of interest and bonding) must be submitted to the attention of Mr. R. Butler, Sr. Contracting Officer, General Services Administration, Property Development Division, 25th Floor, 401 West Peachtree Street, N.W-Atlanta, Georgia 30308?again, no later than COB August 18, 2003. In order to facilitate the milestones set for the project and the sequence of events relative to convening the formal Source Selection Evaluation Board (SSEB) and other activities, offerors failing to submit the required Stage I data as required and in the timeframe stated will be ineligible to compete for this procurement. Late and/or incomplete submissions will be handled in accordance with FAR 52.214-7 and may render the offeror ineligible for further participation. Electronic submissions (faxes, e-mails, etc.) are not allowed during any stage of this process. STAGE-II-upon notification from GSA via Request for Proposal (RFP), offerors responding accordingly to Stage I will be required to submit, under separate cover, a target price (Cost and Profit separated) (IMPORTANT NOTE: In order to assist in maintaining the ceiling price and related budgets, Profit Percentages offered in Stage II must remain constant throughout the process and will not be subject to change throughout the various pricing stages for those selected. The amount of profit may change due to cost fluctuations but not the proposed percentage), based on approximately 20%-35% completed concept documents (provided in the RFP) and technical evaluation factor data relative to this project as follows: (1) Past Experience (2) Past Performance , (3) Key Personnel Data and (4) Project Management Plan-Technical Approach-Accounting System-Management of Extended Overhead Cost . Details and expanded versions relative to these factors will be contained in the subsequent RFP package. STAGE III-Following the receipt and scoring of the Stage II data and the evaluation/analysis of the price proposal, a shortlist of not more than three offerors will be selected and provided an agenda to compete in an evaluated Interactive Project Participation Stage whereby they will be required to independently participate in a (5) Value Engineering Workshop(s) for at least 3 days with a maximum of three (3) attendees from each firm eligible to participate and to submit (6) Cost Saving Ideas and Concepts ,complete a (7) Constructability Review(s) and at least one (8) Independent Estimate during design development . The participants will be paid a pre-determined moderate stipend for these services. Upon completion and scoring of this stage the participants will again be asked to submit a target price (cost and profit) (same profit percentage as Stage 1) at approximately 50%-65% design completion along with a subcontracting plan (large businesses only) relative to the proposed price. The SSEB will then combine the target price along with the previous technical scores from each previous stage to select the participant that offers the best overall value to the Government by establishing a firm target price and a commitment to not exceeding the ceiling price of $26,500,000. Stage IV-(Award-CM Services) during this stage the selected GC will work in equanimity with the A-E of record, via a written contractual agreement, not to exceed the pre-determined amount (amount included in RFP) to be paid following contract award, to finalize the design to 100% completion within the committed ceiling price. Upon design completion the Government will negotiate with the selected contractor to establish a Firm Fixed Priced contract noting that the submitted profit percentage remained unchanged. Should negotiations between the final selected GC and the Government reach an impasse the Government, in accordance with FAR 15.405 (d), will refer the matter to a level above the Contracting Officer and request permission to undertake negotiations with the next highest ranked previously short-listed offeror. Award will be based on availability of funds in accordance with FAR 52.232-14. Prior to the Interactive Participation Stage III and submission of price proposals a Pre-Proposal Conference and a Socio-Economic Program Meeting (networking session) will be scheduled with offerors to entertain inquiries concerning the scope of work and related issues. The networking session allows for the marketing and exchange of information with small businesses with potential prime contractors to facilitate marketing opportunities, business ventures and employment opportunities. Prior to award of this contract to a large business a subcontracting plan must be negotiated in accordance with FAR Part 19 which demonstrates a proactive effort to achieve the following minimum small business goals for all subcontracted work: Total Small Businesses (40%), Small Disadvantaged Businesses (8%), Small Women-Owned Businesses (5%), Service-Disabled Veteran (3%) and HubZone (2.5%). All submittals must clearly indicate the solicitation number (GS-04P-03-EXC-0033) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. General Services Administration, 401 West Peachtree Street, NW, 25th Floor, Atlanta, GA., 30308, 404/331-5035, FAX No. 404/331-7063, Attn: Mr. R. Butler. An additional point of contact is Ms. Jill Shafer-Project Manager at 215-208-4093-Jill.Shafer@gsa.gov. A list of short-listed firms will be placed in this publication following their selection. Award of this contract is contingent upon funding approval and availability. THIS IS NOT A REQUEST FOR TECHNICAL OR PRICE PROPOSAL.
 
Place of Performance
Address: Ft. Pierce, FL.
Country: USA
 
Record
SN00372124-W 20030717/030715214106 (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.