DOCUMENT
C -- RECOVERY- GS-08P-10-JA-C-0002 -Tier III Data Center Construction Management as Agent - Solicitation 1
- Notice Date
- 10/2/2009
- Notice Type
- Solicitation 1
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
- ZIP Code
- 80225
- Solicitation Number
- RECOVERY-GS-08P-10-JA-C-XXXX-CMa
- Response Due
- 11/4/2009 11:59:00 PM
- Archive Date
- 11/19/2009
- Point of Contact
- Beverly Carey, Phone: 303-236-8000ext 5257
- E-Mail Address
-
beverly.carey@gsa.gov
(beverly.carey@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - Tier III Data Center Construction Management as Agent RECOVERY - Tier III Data Center Construction Management as Agent PART I PROJECT REQUIREMENTS 1.0 Project Overview This high performance green building project will continue the legacy of outstanding public architecture that was initiated with the founding of the nation through the preservation and modernization of a historic federal building. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program commissions our nation's most talented architects, engineers, landscape architects, and interior designers to prepare our historic federal buildings for the next 50 - 100 years of service. GSA Design Excellence projects demonstrate the merit of integrated design that balances current needs, aesthetics, cost, constructability, and reliability; and create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. This Request for Qualifications (RFQ) is issued by the Public Buildings Service of the United States General Services Administration (GSA), Rocky Mountain Region, hereinafter referred to as the "Government", in order to obtain the services of a Construction Manager as Agent (CMa) Contractor also referred to as Offeror or Contractor, who shall be singularly responsible to satisfy the terms of the resulting contract. This contract will provide Construction Management services in support of the new construction of a Tier III Data Center at the Denver Federal Center in Lakewood, Colorado. The contract will be a Firm Fixed-Price Contract as specified under FAR Subpart 16.2. The contractor for this project will be competitively chosen using Source Selection procedures in accordance with FAR Subpart 15 in conjunction with the "Best Value process." GSA will evaluate all responses using the criteria stated herein. 1.1 Organization of RFQ This RFQ is composed of three sections and one Appendix: Section 1 includes the Project Overview and Services to be provided. Section 2 contains Qualifications Submittal Requirements. Section 3 contains the contractor past performance questionnaire forms. The Appendix contains the Standard Form 330. 1.2 Services to be Provided The Construction Manager as Agent (CMa) will act as the Government's on-site representative, providing full time oversight and management of the General Contractor (GC) who will construct the new Data Center. On-site staff will include, at a minimum, Project Manager, Construction Quality Assurance Inspector and Administrative Assistant. Support staff will include, at a minimum, Cost Estimator, CPM Analyst, Scheduler and Engineering Technical Disciplines. Duties of the CMa contractor include, but are not limited to, daily inspections of the construction work by professional construction inspectors; coordination and recordation of weekly and monthly construction progress meetings with the GC; preparation of all required paperwork, including, but not limited to, daily reports, daily construction logs, all meeting minutes, RFI logs, transmitting RFI's to design A/E; recording, reviewing and transmitting of submittals to design A/E; processing payment requests for review and approval by the Government's Contracting Officer; preparing written correspondence for review and approval by the Contracting Officer; reviewing payrolls for compliance with all Department of Labor (DOL) requirements; performance of labor interviews; recording construction progress by use of digital and video camera. Design Phase Services: These services shall include, but not limited to, providing design technical reviews; code compliance reviews; constructability reviews; analysis of value engineering proposals; preparation of cost estimate; cost analysis; cost control/monitoring; site surveys; scheduling; and review of design scope changes. Project Construction Phase Services: These services shall include, but are not limited to, establishing temporary field offices; setting up job files, working folders, record keeping systems scheduling, and conducting preconstruction meetings; monitoring the submittal review process; maintaining marked up sets of project plans and specifications for future as-built drawings; performing routine inspections of construction as work proceeds; schedule review; review and processing of pay applications; administration of change orders; claims avoidance; and review of labor rates and worker interviews. Testing/Inspection Services: The CMa may be tasked to provide the services of an independent testing and/or inspection agency/laboratory to perform project specific quality control testing and inspection services. Closeout Commissioning Services: These services shall include, but not limited to, reviewing and commenting on the commissioning agent's re-commissioning manual, on the preliminary commissioning record, and on the preliminary systems manual. Post Construction Services: The CMa may be tasked to provide services such as: Performing Post Occupancy Evaluation (POEs); assisting agency in the formulation of lessons learned; providing occupancy planning including development of move schedules, cost estimates, inventory lists, providing move coordination, relocation assistance, and/or furniture coordination; and providing telecommunication and computer coordination. Claims Services: The CMa may be tasked to provide claims services when and as required by the Government for specific projects. The CMa will review disputes and claims from the A&E and/or construction contractor(s) and render all assistance that the Government may require, including, but not limited to, the following: Furnishing reports with supporting information necessary to resolved disputes or defend against the claims; preparation and assembly of appeal files; participation in meetings or negotiations with claimants; appearance in legal proceedings; preparation of cost estimated for use in claims negotiations; and preparation of risk assessments/analyses relative to claim exposure. General Services: When required to support work being performed under any of the major Project Phases, the Government may authorize Additional Services such as providing special consultant or special inspection services, performing special studies and/or updates to prior studies, updates to master or environmental plans, interior space planning, existing site surveys, site models, providing photographic records beyond the normal scope of presentation and inspection services required, and providing expertise as required in unusual situations from specialty disciplines. At a minimum, the CMa key team members shall consist of the following: Corporate executive Project manager Project coordinator Geotechnical engineer Professional/technical experts - all disciplines Field survey and investigation staff Architectural review coordinator Engineering review coordinators - all disciplines Partnering facilitator Chief cost engineer Cost estimators CPM analyst/scheduler Construction inspectors The Contractor will provide professional, technical, administrative, and clerical personnel as needed to perform all required services including, but not limited to, those described in this Solicitation. 1.3 Project Summary The purpose of this Request for Qualifications (RFQ) is to short list a maximum of five (5) firms to proceed to the Phase Two process. In the Phase Two process a Construction Management team will be selected to provide construction management services necessary to support the GSA in the new construction of a Tier III Data Center at the Denver Federal Center, in Lakewood, Colorado. The project consists of Construction Management services for the design and construction of the new Tier III Data Center (Data Center) at the DFC, Lakewood, Colorado. The Data Center is classified as a Tier III facility as defined by the Uptime Institute Tier Level Classification System. The Data Center will include two stories with a mechanical basement and will be built in phases using the Performance Optimized Datacenter (POD) concept. Phase 1 is the current building project, including core and shell and infrastructure to support the first POD Phase. When complete, the building will contain its own perimeter security system and parking for 2 vehicles on-site and 20 vehicles off-site, adjacent to the site. The completed two-story building with mechanical basement, will encompass approximately 110,000 Gross Square Feet. As required by law, the facility will meet federal energy goals and all federal accessibility requirements and standards. The project goal will meet LEED-Silver rating requirements. 1.4 Summary of Acquisition Strategy This procurement will use Full and Open Competition. The General Services Administration intends to award a firm-fixed price contract based on the Federal Acquisition Regulation (FAR) Two-Phase Selection Procedures, FAR Subpart 36.3, Source Selection Procedures, FAR subpart 15.3 in conjunction with the "Best Value" process. For this contract award process, GSA will issue two Solicitations in sequence: 1) Phase One, and 2) Phase Two. The Phase One procedure, which is this Request for Qualifications (RFQ), is designed to select a "short list" of the most highly qualified Offerors who will be requested to submit Phase Two proposals. All responsible sources may submit a Phase One Proposal. The number of proposals in the competitive range has been limited to a maximum of five (5), to permit an efficient competition among the most highly rated proposals. The most highly rated Offerors will be selected to participate in Phase Two (analogous to Request for Proposals (RFP)). Interested Offerors are required to submit their responses to this RFQ by the due date established in this RFQ. The Government will evaluate all the responses to this RFQ in accordance with the criteria indentified herein, specifically the technical qualifications, experience and the past performance of the construction management teams formed by each potential offeror for this procurement, and advise each Offeror in writing whether it will be invited to participate in the Phase Two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the remaining phase of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include phase-two evaluation factors, developed in accordance with FAR 15.304. Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions. 1.5 Source Selection Evaluation Criteria The evaluation process will be a Two-Phase best value source selection. The procurement for this solicitation will be conducted in two (2) phases. The following criteria represent the technical factors that will be used by GSA's Source Selection Evaluation Board in evaluating the Offeror's Phase One submission. Technical Qualifications submittals will be evaluated in Phase One to determine the short-listed offerors will submit competitive proposals for Phase Two. Information submitted by the qualified firms in Phase Two will be evaluated to determine the Contractor that offers the best value to the Government. Submittals not meeting the minimum requirements of the Request for Qualifications (RFQ) shall be considered non responsive and will receive no further consideration. 1.5.1 Phase One - Technical (RFQ) Submittal: Individual Experience is significantly more important than Company Past Performance. The technical factors for Phase One are as follows: Individual Experience Company Past Performance Factor 1 - Individual Experience Requirement: a. Provide the names, qualifications, and relevant projects of each key personnel (listed below) who will be assigned to this Project by completely filling out "Section E" on Standard Form 330. Relevant projects must have been completed within the last eight (8) years, and be similar to the Tier III Data Center at the Denver Federal Center New Construction project. The key personnel on the CMa team shall, at minimum, consist of: i. Project Construction Manager/Inspector (minimum 15 years experience). ii. Project Engineer/Inspector (minimum 10 years experience). iii. Project Scheduler (minimum 10 years experience). iv. Claims Analyst (minimum 10 years experience). v. Cost Estimator (minimum 10 years experience). vi. Construction Inspector (Architectural) (minimum 5 years experience). vii. Construction Inspector (Structural) (minimum 5 years experience). viii. Construction Inspector (Civil) (minimum 5 years experience). ix. Construction Inspector (Mechanical) (minimum 5 years experience). x. Construction Inspector (Electrical) (minimum 5 years experience). xi. Fire Protection Engineer (minimum 10 years experience). xii. Roofing Inspector (minimum 5 years experience). b. The contractor shall submit at a minimum three (3) references (each) for the Project Construction Manager/Inspector and for the Project Engineer/Inspector. Each contractor is responsible for providing questionnaires (provided in Part III of this RFQ) to their references to be completed in a timely manner to allow a completed questionnaire to reach this office by the time and date specified for receipt of information identified in the solicitation. For purposes of determining "similar scope and complexity to the Tier III Data Center at the Denver Federal Center New Construction project", the following is a brief description. The project consists of Construction Management services for the design and construction of the new Tier III Data Center (Data Center) at the DFC, Lakewood, Colorado. The Data Center is classified as a Tier III facility as defined by the Uptime Institute Tier Level Classification System. The Data Center will include two stories with a mechanical basement and will be built in phases using the Performance Optimized Datacenter (POD) concept. Phase 1 is the current building project, including core and shell and infrastructure to support the first POD Phase. When complete, the building will contain its own perimeter security system and parking for 2 vehicles on-site and 20 vehicles off-site, adjacent to the site. The completed two-story building with mechanical basement, will encompass approximately 110,000 Gross Square Feet. As required by law, the facility will meet federal energy goals and all federal accessibility requirements and standards. The project goal will meet LEED-Silver rating requirements. The cost range of this project is $65,000,000 to- $80,000,000. Note: A project is considered similar when, based on the consensus judgment of the evaluating board members, the project has enough characteristics or similarities in common with the subject project that they could be determined comparable. Key Personnel Minimum Qualifications: a. Project Construction Manager/Inspector The Project Construction Manager/Inspector shall have a minimum of 15 years experience and be the CMa employee designated as the main point of contact responsible for ensuring delivery of the day-to-day management services during the design and construction phases and construction-related portions of the project. He/she shall have a minimum of a four-year college degree in architecture, engineering, architectural engineering, construction management, or related field and shall be a registered Architect or Engineer. The Project Construction Manager/Inspector shall work closely with the GSA team and the D/B contractor, which includes the A/E, during all phases of this project and must also possess the knowledge, skills, and abilities to perform the following functions: 1. Ability to communicate effectively, orally, and in writing. Experience in preparing written reports, correspondence, and in briefing clients and management personnel. 2. Successfully understand the fundamentals of current construction contract law, and possess the ability to interpret construction contract drawings and Specifications and FAR clauses. 3. Understanding construction management procedures, including the ability to understand different project scheduling and project management software. 4. Successfully authoring and creating written reports and other documentation. 5. Experience in conducting inspections to resolve problems on construction projects and briefing Government personnel. 6. Knowledge of construction practices and techniques, including experience in proper installation methods of construction materials. 7. Ability to inspect materials, workmanship, and construction and installation of various systems, and experience in the actual inspection of construction materials, workmanship, and installation of systems. 8. The knowledge of construction scheduling, budgeting, materials and methods, and industry design standards. 9. Ability to interpret engineering and architectural plans and Specifications. 10. Basic understanding of LEED requirements. b. Lead Project Engineer/Inspector The Project Engineer/Inspector shall have a minimum 10 years experience in inspecting construction projects. The Project Engineer/Inspector must also possess knowledge, skills, and abilities to perform the following: 1. Ability to communicate effectively, orally, and in writing. Experience in preparing written reports, correspondence, and in briefing clients and management personnel. 2. Experience in conducting inspections to resolve problems on construction projects and briefing Government personnel. 3. Knowledge of construction practices and techniques, including experience in proper installation methods of construction materials. 4. Ability to inspect materials, workmanship, and construction and installation of various systems, and experience in the inspection of construction materials, workmanship, and installation of systems. 5. The knowledge of construction scheduling, budgeting, materials and methods, and industry design standards. 6. Ability to interpret engineering and architectural plans and Specifications. 7. Basic understanding of LEED requirements. c. Project Scheduler The Project Scheduler shall possess the following knowledge, skills, and abilities to perform Critical Path Method (CPM) analysis: 1. Shall have a minimum of 10 years experience in schedule preparation and review for projects of similar nature and size. This individual must be capable of identifying each task required to complete the project, duration of each task and the relationship between them, generated by computer or manually. Experience with Primavera programs is mandatory. 2. Must be capable of explaining in sufficient detail all essential elements of a CPM schedule in writing. 3. Must possess a comprehensive grasp of total crew requirements. 4. Must possess the ability to successfully plan and prepare bar charts and Critical Path Method scheduling both manually on paper and computer-generated, incorporating the actual early start and finish dates of each task. d. Claims Analyst The Claims Analyst shall have a minimum 10 years experience in analyzing construction claims and must possess the knowledge, skills, and abilities to perform the following: 1. Developing and performing investigations and identifying and reporting objectives, plans, and legal strategies. 2. Obtaining or developing investigative plans resulting in the written findings for: a) Initial construction progress or work schedule. b) "As-Built" schedule. c) Establishment of entitlement. d) Total cost of construction. e) Comparison of actual or as-built schedule to the initial construction contract schedule. f) Detailed work plan. g) Construction claims and schedule-related analysis. e. Cost Estimator The Cost Estimator shall have a minimum 10 years experience in construction cost estimating. The Cost Estimator must also possess the knowledge, skills, and abilities to perform the following: 1. Ability to compute construction costs for contract modifications, and experience in material takeoffs of construction work and pricing the value of that work for equitable contract adjustments. 2. Ability to prepare total or actual cost of work utilizing timesheets, daily diaries, invoices, and other accounting records. 3. The Cost Estimator shall utilize the applicable findings and recommendations of the Project Construction Manager/Inspector in computing Government Estimates, including field and home office overheads, labor and salary rates, profit rates, etc. f. Construction Inspectors Specialized (All of these disciplines shall be represented on the CMa team: Architectural, Structural, Civil, Mechanical and Electrical). Construction Inspectors (Specialized) shall have a minimum 5 years experience with specialty experience in the work performed under construction contracts for that particular discipline. The Construction Inspectors (Specialized) must also possess knowledge, skills, and abilities to perform the following functions: 1. Ability to communicate effectively, orally, and in writing. Experience in preparing written reports, correspondence, and in briefing clients and management personnel. 2. Experience in conducting inspections to resolve problems on construction projects and briefing Government personnel. 3. Knowledge of construction practices and techniques, including experience in proper installation methods of construction materials within the area of expertise. 4. Ability to interpret engineering and architectural plans and Specifications. 5. Ability to inspect materials, workmanship, and construction and installation of various systems, and experience in the inspection of construction materials, workmanship, and installation of systems within the area of expertise. g. Fire Protection Engineer The Fire Protection Engineer shall be a licensed/registered fire protection engineer within the state of Colorado and shall have a minimum 10 years experience. The Fire Protection Engineer must possess the knowledge, skills, and ability to perform construction inspections and to facilitate the design and construction requirements per the GSA Authority having jurisdiction. h. Roofing Inspector The Roofing Inspector shall have a minimum 5 years experience with the installation and inspection of various types of commercial roofing, including, but not limited to, built-up roofing (multiple plies), single-ply membrane roofs, concrete deck roofs, and others. The Roofing Inspector must possess the knowledge, skills, and ability to perform construction inspections. Factor 2 - Company Past Performance This factor considers the extent of the contractor's past experience in carrying out similar work on similar scope projects and the quality of the contractor's past performance. The contractor shall provide a maximum of three (3) example projects by completing Section F on Standard Form 330. The minimum requirements for the example projects are: a. The projects must be similar in scope and complexity to the Tier III Data Center new construction project. b. The projects must have been completed within the last ten (10) years. Each contractor is responsible for providing one (1) questionnaire (provided in Part III of this RFQ) to their reference in line 23b of Standard Form 330 for each example project. It is the responsibility of the contractor to make sure that the questionnaire is completed in a timely manner to allow a completed questionnaire to reach this office by the time and date specified for receipt of information identified in the solicitation. The Government will consider information provided by references as well as other relevant information from other sources when evaluating the Offeror's past experience. If negative information is received from sources not noted in the Offeror's proposal, the Offeror will be given an opportunity to respond. PART II QUALIFICATIONS SUBMITTAL REQUIREMENTS 2.0 Estimated Award Date The Government anticipates award of this contract prior to April 2010; with the expectation that the CMa team will commence services within 15 calendar days after issuance of the Notice to Proceed. The Government does not guarantee award within this period nor shall the Government be liable for any costs should award occur before or after this period. 2.1 Estimated Completion Date The project shall be completed within 577 calendar days; subject to the issuance of the Notice-to-Proceed (NTP) award date noted above. (This completion milestone includes all aspects of the design, construction, commissioning and closeout). 2.2 RFQ/RFP Evaluation Criteria and Basis of Award A CMa team is being solicited through this Request for Qualifications/Proposal (RFQ/RFP) process. A contract will be awarded to the firm that successfully completes Phases One and Two and is determined to provide the best overall value to the Government, including technical and price considerations. Specific details relating to the Source Selection process are set forth in this RFQ (Phase One) and further to the short-listed firms in the RFP (Phase Two). 2.3 Questions, Clarifications and Interpretations Any prospective Offeror desiring an explanation or interpretation of the RFQ, etc. must request so in writing and shall direct such inquiries via mail or email to: Attention: Beverly Carey General Services Administration Denver Federal Center Service Center (8PSD) Building 41, Denver Federal Center Lakewood, CO 80225 Beverly.Carey@gsa.gov Such requests must be received no later than October 20, 2009, so as to allow a reply to reach all prospective Offerors before the submission of their qualifications. Oral explanation or instructions given before award of a contract will not be binding. Any information given a prospective Offeror concerning a solicitation will be furnished promptly to all other prospective Offerors as an amendment to this solicitation, if that information is necessary for submitting qualifications, or if the lack of it would be prejudicial to other prospective Offerors. 2.4 Required Technical Data for Qualifications Submittal Offerors are advised that the required data will be utilized for review and evaluation and used for determination of a "Quality Rating" by a Technical Evaluation Board and that all data submitted for consideration under this RFQ will be reviewed only for the purposes required for evaluation and award. The Government will not make assumptions concerning the Offeror's intent, capabilities, facilities, or experiences. Clear identification is the sole responsibility of the Offeror. 2.5 Qualifications Submittal Preparation Instructions for the preparation and organization of the Qualification submission are included herein. The documents shall be submitted as summarized below and as further required by this solicitation. 2.5.1 Phase One - Submittal for Technical Evaluation Individual Experience Project Construction Manager/Inspector Project Engineer/Inspector Project Scheduler Claims Analyst Cost Estimator Construction Inspector (Architectural) Construction Inspector (Structural) Construction Inspector (Civil) Construction Inspector (Mechanical) Construction Inspector (Electrical) Fire Protection Engineer Roofing Inspector Company Past Performance 2.5.2 Qualifications Submission Information (Phase One) To aid in the evaluation of the Offeror's submission, the Qualifications submittal shall be clearly and concisely prepared in writing. Telephone, fax, and emailed offers will not be accepted. The Offeror shall include all information required by this solicitation with pages numbered and logically assembled. Each copy of the Offeror's Qualifications submittal shall identify the name of the Offeror, the date of submission, and the solicitation number. Offerors are advised that hand carried submittals must be complete and must be received at the place designated in this RFQ before the time and date set for receipt of the Qualifications submittal. Hand carried as well as mailed submissions are subject to the provisions in FAR 52.215-1, Instructions to Offerors-Competitive Acquisition. This RFQ Phase One does not commit the Government to pay any costs incurred in the submission of the RFQ, nor does it commit the Government to procure or contract for said services. The Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with this proposed procurement. The content of the Offeror's submissions will remain confidential until an award is made. There will be no public opening of the Qualifications submittals. In accordance with FAR 15.306(e)(4), the name of individuals providing reference information about an Offeror's past performance shall not be disclosed. 2.6 Qualifications Submittal Delivery Date and Location Phase 1 Qualification submittals must be delivered to the Government location listed below by 2:00 PM MST on November 4, 2009: Mailed to: General Services Administration Attention: Beverly Carey DFC Service Center, 8PSD Room 240, Building 41, Denver Federal Center Lakewood, CO 80225 Hand Delivered to the Ambassador's Desk, 2nd floor: General Services Administration Attention: Beverly Carey DFC Service Center, 8PSD Room 240, Building 41, Denver Federal Center Lakewood, CO 80225 Phase One Offerors should note provisions of FAR 52.215-1 "Instructions to Offerors - Competitive Acquisitions". For informational purposes only: Offerors are advised that the RFP for Phase Two proposal submissions is anticipated to be released to the short-listed firms no later than November 16, 2009. 2.7 Qualifications Submittal Sealing The Qualifications submittal is to beplaced in a single sealed enclosure and identified with the Offeror's Name, Project Name, Phase One, RFQ Submittal, Solicitation Number GS-08P-10-JA-C-0002, and the Government's time and date delivery requirement. 2.8 Phase One Submission Firms having the capabilities to perform the services described herein are invited to respond by submitting the required technical information as specified herein. Offerors are required to submit five (5) bound copies of the Offeror's Phase One Qualifications. Submittals shall be tabbed and labeled in a manner to afford easy identification from a Table of Contents. Each page shall be identified with the appropriate page number centered at the bottom of the page. Font size shall be not less than 10 point. Sheet size of the submittal shall be 8 1/2 x 11 inches. Tabloid sheets (11 x 17 inches) will be allowed for charts and tables but will be counted as 4 single-sided pages or 2 double-sided pages. Legibility, clarity, coherence, and the contents are important. The Phase One Qualifications document length shall be limited to 50 single-sided or 25 double-sided pages, exclusive of the cover sheet, dividers and table of contents. Questionnaires are received separately and also not counted as part of the 50 page limitation. Offers that do not meet these requirements may be subject to rejection. A cover sheet identifying the Offeror and the project shall be provided. The second sheet shall be a Table of Contents. The Qualifications submittal shall contain a detailed Table of Contents and shall be included in each binder used. Materials submitted but not required by this solicitation (such as company brochures and equipment lists) shall be relegated to appendices. Technical Submissions Requirements: The Technical submittal shall include information as described previously and shall be presented in the sequence as requested above. Technical submissions shall be organized to correspond with the evaluation factors listed herein. A project is considered similar when, based on the consensus judgment of the evaluating board members, the project has enough characteristics or similarities in common with the subject project that they could be determined comparable in size, scope and complexity. For each project, the Offeror shall be evaluated based upon performance as stated in the Past Performance Questionnaire - see Part III of this document. Past performance information will be provided directly from references selected by the contractor. Each contractor is responsible for providing questionnaires (provided in Part III of this RFQ) to their references to complete in a timely manner to allow a completed questionnaire to reach this office by the time and date specified for receipt of information identified in the solicitation. Offerors are to fill out most of the information on the first page of the questionnaire before sending it to the owner's representative for completion. Failure to obtain the required questionnaires shall result in lowered technical scores for this evaluation factor. Note that GSA will not limit reference contacts to those provided by the Offerors; instead GSA may choose to contact references independent of those provided. It is the Offerors responsibility to contact, request and track the receipt of questionnaires. Offerors shall not collect completed questionnaires, instead they shall be sent directly to the Contract Specialist (see Section 2.6 for the address) by the owner representatives. Questionnaires received after the due date for Phase 1 submissions will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/RECOVERY-GS-08P-10-JA-C-XXXX-CMa/listing.html)
- Document(s)
- Solicitation 1
- File Name: Link to GSA Forms Library for SF 330 (http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6)
- Link: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Link to GSA Forms Library for SF 330 (http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6)
- Place of Performance
- Address: Denver Federal Center, Lakewood, Colorado, 80225, United States
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN01978766-W 20091004/091002234615-3349096a1aa5b7a8642e381f440289a6 (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 |