|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153General Services Administration (7PMCA), Property Management Division,
819 Taylor St., Rm. 12A26, Fort Worth, TX 76102-6105 Z -- MULTIPLE AWARD CONSTRUCTION DESIGN/BUILD IDIQ SOL
GS-07P-98-HUD-0073 DUE 091098 POC L. H. Lee, Contracting Officer,
817/978-7399 MULTIPLE AWARD IDIQ CONSTRUCTION & REPAIR/ALTERATIONS WITH
DESIGN-BUILD CAPABILITIES SOL GS-07P-98-HUD-0073 DUE 9/10/98 POC, L. H.
Lee, 817/978-7399 SIC CODE 1542- Solicitation GS-07P-98-HUD-0073,
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 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 (including not
more than one 8(a) firm) 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 important
that price. The Government reserves the right to award not more than
one of the contracts to a Small Business Administration approved 8(a)
firm. The 8(a) award may be made concurrently with the instant
solicitation or at a later date. 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 initial 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 Government'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 quality considers
quality of the offerors' 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 last 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 references
for Phase One by providing information as follows: (1) List five
similar projects 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; Project size in square
footage; Description of work done directly by offeror; Original
construction award amount; Actual completion 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 projects 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 amount; Amount of liquidated damage
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 &
responsibilities 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"x 11" pages, printed one side. (b) List 3
design-build projects that have been performed over the last five
years. All three projects must 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 3:00
p.m. CST on 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 08/04/98 (W-SN232651). (0216) Loren Data Corp. http://www.ld.com (SYN# 0194 19980806\Z-0041.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|