Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291

General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407

Z -- EMPLOYEE SERVICES CENTER SOL GS-11P99MAC0057 DUE 040199 POC Michelle Mailhot, Contracting Officer, Phone (202) 708-7081, Fax (202) 708-7081, Email michele.mailhot@gsa.gov -- Claire Cashwell, Contracting Officer, Phone (202) 205-5861, Fax (202) 708-4732, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GS-11P99MAC00 57&LocID=302. E-MAIL: Michelle Mailhot, michele.mailhot@gsa.gov. The General Services Administration (GSA) hereby notifies of intent to issue a Request for Proposal (RFP) in a negotiated procurement for the Employee Services Center at the Main Department of State Building, Washington, DC. The construction will consist of: Asbestos and lead-based paint removal and abatement; Removal of floor finishes, interior walls, ceilings, doors and frames; Removal, relocation and replacement of ductwork, diffusers and associated mechanical items; Removal of light fixtures, convenience outlets, wiring and conduit in affected areas; Provide new interior walls, floors, ceilings, doors, frames and other finishes for retail space and office3 areas, as indicated; Provide HVAC and sprinkler system as indicated; Provide light fixtures, outlets and associated panels, conduit and wiring; Patch, repair or replace existing items to remain which are damaged or disturbed by the work This contract will be awarded based on Technical Evaluation Factors and Base Bid prices.. The Base Bid has an estimated construction range of $6,000,000 to $9,000,000. The Contractor must provide all management, supervision, labor, materials, supplies and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. Competitive formal source selection procedures will be used in accordance with FAR 15. The contract will be Firm Fixed Price. Price and other factors specified in the RFP will be evaluated with the objective of selecting the proposal that offers the best value to the government (See FAR 15). The minimum requirements shall be evaluated on a GO/NO GO basis. The Offeror must demonstrate its experience as a General Contractor responsible for the construction of a least two (2) similar retail space projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type, and complexity and meets all four (4) of the following characteristics: Renovation of not less that 50,000 square feet in an occupied building. The project schedule required work to be sequenced such that all construction phases are started and completed within time constraints. The construction contract was not less than $5,000,000. The construction involved retail space such as a bank, credit union, barber shop, snack-bar, etc. The following Technical Evaluation Factors are listed in order of highest rating value to lowest rating value: EXPERIENCE & PAST PERFORMANCE-The Offeror must demonstrate its experience as a General Contractor responsible for the construction of at least two (2) similar projects within the past five (5) years. The quality of the offeror's past performance in carrying out the work of a similar nature with reference to such aspects as quality of service rendered, control of exigencies (changes and claims), budget control, timeliness, business integrity and technical success. The effectiveness of the offeror's management of the administrative aspects of performance, their willingness to cooperate with or assist with routine matters and unexpected difficulties will also be evaluated. MANAGEMENT PLAN -- The management plan shall include a statement outlining how the company intends to manage the responsibilities of its subcontractors and comply with its subcontracting plan. The plan shall also provide the management approach, master schedule, budget and cost controls, and a subcontracting plan (if large business). KEY PERSONNEL -The proposal should provide resumes for the Superintendent and the Project Manager who will be assigned directly to the project. This solicitation is not set-aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. FAR 19.02- Size Standard SIC 1542 -- $17.0 million. GSA is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and woman-owned business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9 to reflect this commitment. The RFP will be available for issuance on or about 3/11/99, and will be due 14/01/99. Copies of the solicitation may be obtained by writing to: Bid Room at GSA/NCR/PBS, 7TH & D Sts., SW Room 1065, Washington, DC 20407 (Telephone 202-708-9903, FAX 202-205-2808). Posted 02/24/99 (D-SN301840). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0132 19990226\Z-0008.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page