Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2006 FBO #1593
SOLICITATION NOTICE

Y -- Design-Build (Bridging) New Federal Courthouse. Las Cruces, New Mexico

Notice Date
4/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), New Mexico Service Center (7PWN-FW), 819 Taylor Street, Room 12B14, Fort Worth, TX, 76102-6181
 
ZIP Code
76102-6181
 
Solicitation Number
GS-07P-06-UFC-0018
 
Response Due
5/22/2006
 
Point of Contact
Kathey Thury, Sr. Contracting Officer, Phone (817) 978-7349, Fax (817) 978-7017, - Kathey Thury, Sr. Contracting Officer, Phone (817) 978-7349, Fax (817) 978-7017,
 
E-Mail Address
kathey.thury@gsa.gov, kathey.thury@gsa.gov
 
Description
SUBJECT: DESIGN-BUILD (BRIDGING) New Federal Courthouse in Las Cruces, New Mexico. POC Kathey K. Thury, Contracting Officer, Telephone 817/978-7349; fax 918/978-7017; Email address: Kathey.thury@gsa.gov. NAICS CODE 236220 – Solicitation Number GS-07P-06-UFC-0018. Provide all labor and materials for completion of design and construction of the New Federal Courthouse in Las Cruces, New Mexico. The 2.43 acre-site is bounded by Organ Street to the north, Campo Street to the east, Church Street to the west, and Griggs Street to the south. The new Courthouse will be approximately 230,000 gross square feet (21,368 GSM), while containing approximately 166,803 usable square feet (15,496 USM). GSA will provide drawings depicting the current design solution (approximately 95% complete) along with comments associated with the solution to the firms in Stage Two of the selection process. The five floor building will house 6 courtrooms, 8 judges’ chambers, court-related agencies and court support facilities. It will include one level of subterranean parking. The building will be designed and constructed in soft Metric units. The estimated total design/build cost is between $75,000,000 and $80,000,000 with occupancy planned for the 2009. The scope of design/build services may, but is not limited to design/construction documents, specifications, cost estimates, value engineering services, computer aided design and drafting (CADD), project scheduling, submittal preparation, construction quality control, construction, demolition, and construction work which consists of providing all labor, equipment, and materials for a complete build-out of the Federal Courthouse, including as-builts, and post construction services. The design should include consideration for sustainable design features. It will be the responsibility of the offeror to recommend modifications to the design to achieve construction in budget; complete the design documentation based upon agreed modifications, construct the new Courthouse and complete the design and construction (including commissioning) within 36 months of Notice to Proceed. This acquisition will implement a Two-Stage Design-Build Source Selection Process. The Stage One Request for Qualification (RFQ) will identify those firms which are the most highly qualified. A maximum of five (5) firms will be selected for consideration for the Stage Two Request for Proposal (RFP). The short list will be based on the firm’s submittals in response to the Stage One RFQ. The Stage Two RFP submission will be the basis for the final selection. Those firms included in Stage Two will be required to prepare fully developed technical and price proposals. GSA will allow changes to the 95% design documents necessary to meet the established guaranteed maximum price (GMP). Stage Two firms will be provided pertinent information regarding the design and programming requirements. In Stage Two, the Government will allow a stipend of $35,000 per Design/Build team for preparation of their proposal. The payment of this stipend does not in any way commit the Government to execute a contract for the requirements in this solicitation. The Government will not pay any costs incurred in the submission of any proposal for Stage One. 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. Offerors can be partnership, corporation, association, and /or other legal entity which will have contractual responsibility for the project. A proposed joint venture must provide profiles for all firms in the joint venture. A Pre-proposal Conference will be held during Stage Two. A time and location for this Conference will be advertised in a forthcoming FedBizOps announcement. The source selection technical evaluation factors for Stage One are listed in descending order of importance as follows: Offeror’s Past performance on Similar Projects, Offeror’s Experience and Past Performance of the Design Build Team on similar projects; and Experience and Past Performance of Key Personnel; Management Approach. It is not essential that the proposed design build team members have completed work together previously; however the submittal should demonstrate the ability of the component firms to form an effective and efficient team. Stage Two will require submission of technical and price proposals. In addition, 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. The successful Offeror will be required to provide the maximum practicable subcontracting opportunities for small business concerns, small business concerns owned and controlled by socially and economically disadvantaged individuals, woman owned small business, service disabled veteran-owned business, and HUBZone small business concerns to participate in this contract. Stage Two offerors will be required to submit a subcontracting plan with their proposal. (Small businesses are not subject to this requirement.) This procurement is unrestricted. All responsible firms are invited to submit a proposal to the Stage One Request for Qualification (RFQ). Firms interested in receiving the RFQ should submit a letter of interest by e-mail to Kathey.thury@gsa.gov or FAX at (817) 978-7017, Attn: Kathey Thury, Contracting Officer. This request shall include the company’s name, DUNS number, Tax ID # mailing address, phone number and E-mail address. The company will then be required to review, complete and return the Document Security Notice (DSN) and a copy of their business license or comparable to the POC. If your firm responded to the sources sought the POC will be e-mailing you the DSN within the next seven calendar days. The RFQ is expected to be issued on or about April 21, 2006 to all accepted firms who have submitted the information above. Closing date and time for submittal of the RFQ is May 22, 2006 at 3:00pm, CST. Questions shall be received in writing by email or FAX to the POC until 3:00pm, CST, May 10, 2006. Each firm will be required to submit 1 original and 5 copies of the RFQ. Point of Contact Kathey Thury, Contracting Officer, Phone (817) 978-7349, Fax (817) 978-7017, Email – kathey.thury@gsa.gov Place of Performance Las Cruces, New Mexico NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/7PWN-FW/GS-07P-06-UFC-0018/listing.html)
 
Place of Performance
Address: Las Cruces, New Mexico
Country: USA
 
Record
SN01021344-F 20060407/060405221341 (fbodaily.com)
 
Source
FedBizOpps 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.