SOLICITATION NOTICE
Y -- Construction, New Federal Bureau of Investigation Field Office, Houston, TX
- Notice Date
- 1/12/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Gulf Coast Service Center (7PEG-FW), 819 Taylor Street, Room 12A05, Fort Worth, TX, 76102-6181
- ZIP Code
- 76102-6181
- Solicitation Number
- GS-07P-04-URC-1003
- Response Due
- 1/23/2004
- Point of Contact
- Carrie Haman, Contracting Officer, Phone 817-978-6163, Fax 817-978-7194, - Carrie Haman, Contracting Officer, Phone 817-978-6163, Fax 817-978-7194,
- E-Mail Address
-
carrie.haman@gsa.gov, carrie.haman@gsa.gov
- Description
- DESC: CONSTRUCTION OF A NEW FIELD OFFICE FOR THE HOUSTON DIVISION OF THE FEDERAL BUREAU OF INVESTIGATION (FBI), Request for Proposal (RFP) No. GS-07P-04-URC-1003. The General Services Administration (GSA) announces an opportunity for public construction and is soliciting written expressions of interest from qualified general contractors desiring to compete in the procurement process for the referenced project. Contractors shall submit a one page letter of interest on company letter head. This letter shall include a statement of interest, DUNS number, number of personnel that will attend the Pre-proposal conference (maximum of 2) and a copy of a valid business license. Letters are due to the office of the Contracting Officer no later than January 23rd, 2004. Send letters to the attention of Carrie Haman, Contracting Officer, General Services Administration (GSA), Gulf Coast Service Center, (7PEG-FW), Room 12A5, 819 Taylor St., Fort Worth, Texas 76102. GSA retains the right to publish and distribute the list of offerors (bidders list) to other interested parties (i.e., subcontractors, etc.). The Estimated Construction Cost at Award for the project is $48,000,000 to $54,000,000. The Request for Proposal (RFP) is scheduled to be issued on or about January 30th, 2004. A Pre-Proposal Conference and site visit is tentatively scheduled to be held February 11th, 2004 in Houston, Texas to answer questions that offerors may have concerning the price and technical evaluation criteria. Attendance at the Pre-proposal conference is not mandatory. GSA intends to contract for complete construction services with construction contractors that offer the best overall value to the Government by demonstrating a commitment to construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The proposed project will be constructed on a ten acre site within the city limits of Houston, Texas. This project is a new Field Office for the Houston Division of the FBI located near the intersection of Hwy 290 and West 43rd Street in northwest Houston, Texas. The scope of this project includes but is not limited to the construction of an eight-story, cast-in-place concrete Office Building topped by a steel framed penthouse both totaling approximately 22,300 gross square meters. The Office Building has a double exterior wall. The inner, weather tight wall consists of the concrete structural wall with a metal panel covering. Punched windows in this wall are aluminum frames with insulating glass. The outer wall consists of laminated glass panels on a steel support structure cantilevered 40 inches from the concrete structure. This outer wall is not weather or air tight and acts as a sunshade for the building. To the north of the Office Building, the project also includes a single-story Annex Building of approximately 4,700 gross square meters. The southern half of this building houses office functions and is cast-in-place concrete. The northern half is a steel frame structure housing vehicle repair bays. The entire exterior is clad with metal panel to match the office building. The first floor areas of the Office and Annex are served by an overhead HVAC air distribution system. Floors 2 through 8 of the Office take advantage of the access floor system and HVAC is provided by an under-floor air distribution system. Along the north side of this site is a three-level pre-cast concrete Parking Garage of approximately 21,000 gross square meters housing approximately 673 cars. A Guard Building will be included at one of 2 site entries. Both entries are equipped with vehicle deterrent systems. The site includes an approximately 3 ft. high concrete wall and is backed up by earth berms. A 6 ft. high metal fence rests on top of this concrete wall. Surface parking is provided on the site for approximately 72 vehicles. The project is designed to comply with a Certification Level according to the U.S. Green Building Council's Leadership in Energy & Environmental Design (LEED) Rating System. Occupancy of the field office is planned for the late Fall of 2006. This procurement is advertised on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this procurement is 233320. The offeror selected shall be required to supply all labor, materials and supervision to perform the complete services as required by the Scope of Work under the resultant contract. The contractor will be chosen competitively utilizing FAR Part 15 Source Selection procedures in conjunction with the Best Value/Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire project including the administrative cost of processing change orders throughout the course of this project. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202), based on a final negotiated or accepted price, to the contractor that offers the best overall value to the Government. The entire procurement process will be performed in two (2) stages. The successful offeror will be based on accumulative scores for both stages. Stage I Submission Requirements: Request for Proposal (RFP) for technical documents from those firms responding to this CBD announcement. Any scope changes by the Government that result from the pre-proposal conference or any other discussions may be incorporated into the Scope of Work at any time prior to the final request for price proposal submission (Stage II) at no recompense to the offeror(s). The technical factors will be as follows: (#1) Past Performance on Similar Projects; (#2) Experience on Similar Projects; (#3) Detailed Management Plan and Technical Approach; and (#4) Experience and Qualifications of Key Personnel of the Prime. Following the evaluation of the technical proposals, a competitive range of offerors that offer the best values will be selected in accordance with FAR Part 15.306(c) to further compete in Stage II. Any and all cost saving concepts and scope improvement measures submitted or discussed by the offerors as part of Stage I, or II shall become the property of the Government and may be incorporated into the drawings and specifications for use under this project at no recompense to the offeror(s). Stage I submittal requirements are due into the office of the Contracting Officer no later than close of business March 1st, 2004. Stage II Submission: Only firms selected within the competitive range will enter into this phase of the solicitation. This project will require certain security measures be adhered to. Protocols involving security background investigations have been implemented to establish that Government contractors, licensees, certificate holders, and grantees are cleared for access to special information to material. Therefore, without exception, either restricted/limited security investigations and/or an extensive background investigation is being conducted on all individuals working on this project. The information provided by each individual for their background investigation is voluntary and the processing may affect security clearance prospects if not completed in a timely matter, or if each item of information requested is not provided. In addition to questions on the security application form, successful Stage I offerors may be asked to bring documents about information provided on the security clearance form or other matters requiring further explanation. Additionally, successful stage I offerors may also be required to participate in a personal interview as a routine course of the investigative process. This interview will provide an opportunity to update, clarify, and explain information on the security application form more completely, if necessary. The interview generally conducted following review of submitted information, often helps to expedite and complete the investigation. The level of effort in the Stage II phase includes the following: (#1) Subcontractor Qualifications; (#2) mandatory, proactive Subcontracting Plan, pursuant to FAR Part 19.7 encompassing the following Socio-Economic Program minimum goals: Small Business (40%), Small Disadvantaged Business (8%), Small Women-Owned Business (5%), HUBZone Business (3%), Service-disabled Veteran-owned business (2%) and Veteran-owned (3%); and (#3) price proposal. Failure to submit and/or comply with the minimum requirements of the Subcontracting Plan will render the offeror unacceptable. Stage II submittal requirements are due into the office of the Contracting Officer no later than close of business August 23rd, 2004. GSA shall schedule two site visit opportunities during this stage. All questions/clarifications regarding the project documents (drawings, specifications, procedures, etc.) shall be put in writing and submitted to the Contracting Officer no later than close of business August 9th, 2004. All correspondence in response to this announcement must clearly indicate the solicitation number GS-07P-04-URC-1003. Following the Pre-Proposal Conference that is scheduled during Stage I, the General Services Administration (GSA) will host a Subcontracting Opportunities Networking Session for Small, Small Disadvantaged, Minority, Woman-Owned, HUBZone, service disabled veteran-owned businesses. The session is tentatively scheduled on February 11th, 2004. Attendance at these sessions is not mandatory. The Networking Session is intended to affirm GSA's recognition of the talent that exists in the small business community and its commitment to opening a dialogue between the community and the firms, which are considering bidding on this project. Prospective small business subcontractors will be given an opportunity to network with potential prime contractors and to showcase their special talents and abilities as qualified subcontractors. A Bidders list will be made available to all participants at the networking sessions. Pre-registration by February 4th, 2004 is requested. Questions about the Networking Session and Registration information should be directed to LaVida Barnes , GSA Office of Enterprise Development (817) 978-0800 or fax to (817) 978-0440; Internet lavida.barnes@gsa.gov. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JAN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PEG-FW/GS-07P-04-URC-1003/listing.html)
- Place of Performance
- Address: FBI Field Office Houston, TX
- Country: United States of America
- Country: United States of America
- Record
- SN00569791-F 20040422/040420213642 (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 |