Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

Y -- New U.S. Courthouse, Richmond, Virginia

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-04-DXC-0020
 
Response Due
5/5/2004
 
Archive Date
6/30/2005
 
Point of Contact
Lloyd Jenkins, Contracting Officer, Phone (215) 446-4508, Fax (215) 209-0510, - Melinda Richardson, Realty Services Tech, Phone (215) 656-5680, Fax (215) 656-5838,
 
E-Mail Address
lloyd.jenkins@gsa.gov, melinda.richardson@gsa.gov
 
Description
Furnish all supervision, labor, materials, and equipment necessary for construction of the new U.S. Courthouse to be located in downtown Central Business District (CBD), Seventh (7th) and Broad Streets in Richmond, Virginia. The scope of this project involves the construction of a 336,961 gross square foot Courthouse, including 64 inside parking spaces, in Richmond, Virginia. The proposed Courthouse would provide housing for the U.S. District Court, U.S. Bankruptcy Court, U.S. Probation Office, Pretrial Services Office, Federal Public Defender, U.S. Marshals Service, U.S. Trustees Office and other tenants. The new Courthouse would satisfy the projected 10-year expansion requirement of the Courts and Court related agencies and would be able to accommodate the 30-year requirements of the Courts. The project entails (but is not limited to) work necessary for new construction inclusive of work in the following areas: Mat foundation, Concrete, Structural Steel with special connection, ?Side-Plate?, for collapse requirements, Metal Decking, Fireproofing, Masonry, Pre-cast Concrete, Roofing, Paneling, Custom millwork and built-in furnishings, Drywall, Doors, Curtain wall and windows, Skylight, Raised Access Flooring, Carpet, Paint, Elevators, HVAC, Plumbing, Fire protection, Electrical power and distribution, Lighting, Security Systems and Detention Equipment, Acoustical considerations, Building Automation System, Landscaping and other associated work. Special requirements have been incorporated into the project including, but not limited to, Progressive Collapse, Blast Resistant Design, LEED Certification, (silver rating). This is a metric project as drawings and specifications are prepared utilizing metric units. The approximate duration of the contract is thirty six (36) months. The estimated cost range of this project is between fifty to one hundred million dollars ($50,000,000 - $100,000,000), will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). Offerors are to submit Technical Proposals in accordance with Step 1 of the submission process as outlined in the Request for Proposal. Offerors are to submit one (1) original and twelve (12) copies of their Technical Proposal as outlined in the RFP. Offers will be evaluated using Source Selection Procedure/Greatest Value method outlined in Volume I (entitled Technical Request for Proposals) of the solicitation package based on the following evaluation factors: 1) Past Performance, 2) Key Personnel Qualifications and Organizational Chart, 3) Subcontractors, 4) Project Management Plan, 5) Project Schedule, 6) Interviews - including question and answer session from the Government, 7) Small Disadvantage Business Participation, 8) Cost Savings Suggestions/Alternatives. It should be noted that the evaluation factors are listed in decreasing order of importance with Past Performance being most important, Key Personnel Qualifications and Organization, and Subcontractors being equally important but less than factor 1. Project Management Plan, Project Schedule, and Interviews are all equally important but less than factors 1, 2, and 3. Small Disadvantage Business Participation and Cost Savings Suggestions/Alternatives are all less than factors 1 thru 6 with Small Disadvantage Business Participation being more important than Cost Savings Suggestions/Alternatives which is the least important than factors 1 thru 7. A Pre-Proposal Conference providing instructions for the submission of technical proposals will be conducted on April 21, 2004, at 11:00 AM, at the Library of Virginia, 800 East Broad Street, (Lecture Hall), Richmond, Virginia 23219. This conference will be held within a reasonable time following the issuance of the Request for Proposal (RFP). The RFP package will include a partial set of drawings and specifications for information purposes only. The conference will be followed by a walk-through of the proposed construction site. Please call Ms. Melinda Richardson at (215) 446-4539 or Fax at (215) 446-0517 to confirm your attendance. This Phase one (1) volume of the solicitation, including any documents related to this procurement are available for purchase for $120 dollars from Advanced Printing and Graphics, Westland Shopping Center, 8081 ?A? West Broad Street, Richmond, Virginia 23294, point of contacts, Karl or Ann Wiesenburg, Telephone Number (804) 346-9095. Documents related to this procurement will not be available from the Internet, other than FedBizOpps announcements. The solicitation will consist of two volumes. Volume I constitutes the Technical Request for Proposal (RFP), and Volume II will include the specifications, forms and drawings which will be issued and available for purchase at a later date. Check the FedBizOpps for additional information for issuance of Volume II. Both volumes will be available for purchase from Advanced Printing and Graphics. Interested parties may request copies of these documents from Advanced Printing and Graphics by completing the "Document Security" form at the end of this notice, and Faxing their request to (804) 346-9348, Attention: Karl or Ann Wiesenburg. It is the offeror?s responsibility to monitor the FedBizOpps for any releases of the solicitation and any amendments. Offerors are also responsible for downloading their own copy of issued amendments from the FedBizOpps accessible from the following website: http://www.fedbizopps.gov. This site provides instructions for downloading amendment files. Offerors are advised to register on this site to receive all updates to the solicitation. Potential offerors downloading amendments shall notify the Contracting Officer by facsimile in order to be placed on the bidder?s list. This procurement is UNRESTRICTED in accordance with the Small Business Demonstration Program. The NAICS CODE is 236220 with a size standard of $28.5 million. This synopsis constitutes the synopsis of the Pre-Invitation Notice. Request for Construction Documents Exhibit _______________ Attachment ___________________ Solicitation GS-03P-04-DXC-0020 DOCUMENT SECURITY - NOTICE TO PROSPECTIVE BIDDERS/OFFERORS: This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. NOTE: It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records or recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary. (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. A general contractor's license may be substituted for the business license in states that issue such licenses. In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and (b) Verification of a valid DUNS Number against the company name listed on the business license or certifications. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid IRS Tax ID Number of the company requesting the information; and, as necessary, (d) A Valid picture state driver's license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) though (c), above. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/'or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning, or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized users under the conditions set forth above. Signature: ____________________________________________ Title:________________________________________________ Date:________________________________________________ Copy of business license attached DUNS Number:________________________________________ Verified: Yes No. IRS Tax ID Number_____________________________________
 
Place of Performance
Address: 7th and Broad Streets,, Richmond, Virginia 23219
Zip Code: 23219
Country: United States
 
Record
SN00555305-W 20040328/040326212814 (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.