|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152GSA, Public Buildings Service (7PAP), Acquisition Executive, 819 Taylor
St, Rm 11A13, Ft Worth, TX 76102 Z -- MULTIPLE AWARD DESIGN/BUILD IDIQ CONSTRUCTION &
REPAIR/ALTERATIONS SOL GS-07P-98-HUD-0073 DUE 091098 POC L. H. Lee,
Contracting Officer, 817/978-7399 General Services Administration
(GSA)is soliciting for unscheduled construction services with
design-build capabilities for interior and exterior building
construction and repair and alterations to include landscaping and
paving relevant to property & roads owned, leased or otherwise
controlled by GSA, or other GSA authorized agencies. The primary
performance areas include All Counties, State of New Mexico, and El
Paso County, State of Texas. The duration of the contract(s) shall be
for a period of one year with two one year options, with both GSA and
the contractor(s) having rights of refusal to exercise options. This
indefinite quantity contract covers, but is not limited to, electrical,
carpentry, masonry, plumbing, mechanical, architectural, landscaping,
roadway construction, roadway repairs, other repair/alterations or
construction or demolition services as specified, and design-build
services. Phase One offerors are required to submit responses to the
information requested herein for technical evaluation. Not more than 5
offerors who are determined by the Government to be in the technically
competitive range will receive a request for a pricing proposal (Phase
Two). A pre-proposal conference will be held in Albuquerque, New
Mexico to promote a better understanding of the solicitation and to
answer questions about the submittal of proposals. This conference will
be held August 24, 1998 at 10:00 a.m. in Room 4031 of the Federal
Building, at 517 Gold Avenue, SW, Albuquerque, New Mexico. Multiple
awards may be made with each awardee being guaranteed a minimum of
$10,000. The estimated cost (Maximum Ordering Limitation) is up to
$3,000,000 per year, per contractor. This negotiated procurement will
be accomplished by the source selection method, which will result in
award of a firm fixed price contract to the contractor(s) offering the
greatest value to the Government. Technical ability is more importatnt
than price. The Government intends to evaluate proposals and award a
contract without discussions with offerors (except clarifications as
described in FAR 15.306(a). Therefore, the offeror's proposal should
contain the offeror's best terms from a cost or price and technical
standpoint. The Government reserves the right to conduct discussions if
the Contracting Officer later determines them to be necessary. If the
Contracting Officer determines that the number of proposals that would
otherwise be in the competitive range exceeds the number at which an
efficient competition can be conducted, the Contracting Officer may
limit the number of proposals in the competitive range to the greatest
number that will permit an efficient competition among the most highly
rated proposals. Offerors will not be reimbursed for Phase One or Phase
Two proposal submittal expenses. The Government is not limited to
contacting only those references provided by the offeror(s). The
Government may consider an offeror's performance on contracts not
listed by the offeror, but that the Government is aware of, or becomes
aware of. Definitions: SIMILAR is defined for this contract as five
(5) projects involving building space of a minimum of 10,000 SF and
commercial landscaping and vehicular paving. The five projects must
have involved interior and exterior repairs and alterations or new
construction of federal, state, municipal, or commercial buildings or
roadways with construction costs ranging from $10,000 to $1,000,000.
QUALITY is defined as meeting or exceeding the customers' requirements
in a timely manner within established budgets as set forth in the
construction contract documents. In Phase One evaluation of technical
factors will be accomplished by Governt's critical analysis of each
contractor's response to the following questions in descending order of
importance: (1) What is the experience and past performance of the
prime contractor or major subcontractor(s) on similar projects? This
factor considers quality of the offeror's past performance in carrying
out work of a similar nature with references to timeliness,
cooperation, technical success and completion within budget. (2) What
is the experience, past performance and qualifications of key personnel
(on-site superintendent and project manager)? This factor considers the
achievements of excellence accomplished on similar projects by the key
personnel within the las five years and their related education and
training. If key personnel experience was obtained while in the employ
of another firm, identify the firm and a representative by name,
address, and current phone number. Show a staffing plan that indicates
responsibilities of key personnel and interface with major
subcontractors. Give name, address, and phone number of paving
subcontractor if prime contractor does not have in-house paving
capability. (3) What is the technical and administrative approach to
design-build delivery? Cite past performance on similar design-build
projects. This factor considers the success in areas of technical
quality, delivery, timeliness and budget maintenance. Offerors are
required to submit technical capabilities, experience and refernces for
Phase One by providing information as follows: (1) List five similar
project that your firm or subcontractor has performed over the last 5
years. All 5 projects must be submitted in the following format:
Project title and contract number; Name of firm contracted to do the
work (offeror or proposed subcontractor); Name of person representing
the owner who is familiar with the project & their current phone
number; Project description; Contract period; Projectr size in square
footage; Description of work done directly by offeror; Original
construction award dollar amount; Actual completion dollar amount;
Number of owner initiated change orders; Number of contractor initiated
change orders; Planned completion date; Actual completion date; Amount
of liquidated damages assessed; Name of project manager. (2)(a) List
key personnel & each person's education, training & experience, &
describe the duties of the key personnel in the following format: Names
of key personnel and title; Education/Certificates/Licenses;
Experience; Duties; Amount of time individual will dedicate to projects
arising from this contract; State this person's signature authority for
the contractor & restrictions, if any. (b) List 3 similar projects on
which key personnel have performed in the last 5 years. All 3 project
must be submitted in the following format; Project title and contract
number; Contract period; Project size in SF; Name and current phone No.
of owner representative most familiar with the project; Project
description; Completed construction dollar amount; Amount of liquidated
damages assessed, if any; (3) Technical approach to design-build
delivery. (a) The organization for design-build: Describe, to include
lines of accountability or authority, responsibilities of each team
member & responsibilites of primary people on the team. Describe a plan
for executing a design concept. The response to Factor (3)(a) should be
no more than four, 8-1/2"x11" pages, printedone side. (b) List 3
design-build projects that have been performed over the last five
years. All three projects mst be submitted in the following format:
Project title & Contract No.; Name & current phone No. of owner rep.
most familiar with the project; Description of project. Response to the
above is extremely important because although price will be a factor,
the lowest priced offeror may not receive an award, since selection
will be based on greatest value to the government. The technical
submittal (Phase I) shall be received at the following address by on or
before 3:00 p.m. CST September 10, 1998. The envelope is to be marked
with Solicitation Number GS-07P-98-HUD-0073 and labeled "Technical
Proposal," and addressed to General Services Administration (7PMCA),
Attn:: L. H. Lee, 819 Taylor Street, Room 12A26, Fort Worth, TX
76102-6105. Contact Point: L. H. Lee 817/978-7399. This solicitation is
set aside for small business. Only small business prime contractors
will be considered. Posted 08/03/98 (W-SN231915). (0215) Loren Data Corp. http://www.ld.com (SYN# 0214 19980805\Z-0048.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|