|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1999 PSA#2320General Services Administration, Public Buildings Service (PBS),
Philadelphia Realty Services District (3PPRE), The Wanamaker Building,
100 Penn Square East, Newark, PA, 19107 Z -- FACADE REPAIRS AND ASSOCIATED EXTERIOR RENOVATIONS JAMES A. BYRNE
COURTHOUSE & WM. J. GREEN JR. FEDERAL BUILDING, PHILADELPHIA, PA. SOL
GS-03P-99-AZC-0042 DUE 050599 POC Doreen Waltrich, Contracting Officer,
Phone (215) 656-6130, Fax (215) 656-5836, Email doreen.waltrich@gsa.gov
-- Sharyn Beasley, Realty Services Technician, Phone (215) 656-6121,
Fax (215) 656-5836, Email WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-03P-99-AZC
-0042&LocID=58. E-MAIL: Doreen Waltrich, doreen.waltrich@gsa.gov. THIS
NOTICE IS HEREBY MODIFIED AS FOLLOWS: The non-refundable check,
cashier's check, or money order for $100.00 should be made payable to
the GENERAL SERVICES ADMINISTRATION, Philatlantic RSD, The Wanamaker
Bldg. 100 Penn Sq. East Rm. 613 Philadelphia, Pa 19107. The requirement
of this project is for the procurement of a construction firm to
provide all supervision, labor, materials and equipment necessary to
construct; (1) A new brick facade system on the Byrne U. S. Courthouse
Tower and Penthouses; (2) Selective facade demolition and repair on
the Green Federal Building's Penthouses; (3) Removal and replacement of
exterior sealant on the Byrne U.S. courthouse that also includes
permanent curtain wall window sealing with limited refurbishing of
operable curtain wall windows in judicial chambers; (4) Asbestos
containing material (ACM) sealant abatement and replacement of exterior
sealant along with permanent curtain wall window sealing in the Green
Federal building; (5) Total roofs removals and replacement on the Byrne
courthouse following the tower's facade repairs; (6) Total roofs
removals and replacement on the Green federal building following the
penthouses facade repairs and curtain wall improvements; and (7) total
removals and replacements on the Ceremonial Courtroom and East & West
link-way roofs. Items 4-7 will be awarded as options to the contract
and will also require limited abatement of non friable ACM roofing
materials. The complex encompasses one million square feet, is fully
occupied and houses many operationally sensitive federal agencies. It
is located in downtown Philadelphia and covers over one square city
block. The proposed contract will be a firm fixed price contract and
the procurement method will be a competitive negotiated Request for
Proposal (RFP). Source Selection Procedures as identified in FAR PART
15.6 will be utilized in the selection of a firm whose proposal has the
highest degree of realism and whose performance is expected to best
meet stated Government requirements.Accordingly, offerors will be
evaluated based on technical merit with respect to demonstrated
successful past performance, including the past performance of their
subcontractors, qualified/experienced personnel and on price proposals.
The acquisition process shall consist of five phases: 1.) receipt and
evaluation of technical offers, 2.) develop short list based on
technical qualifications/proposals, 3) receipt and evaluation of
initial price proposals from short listed firms, and 4.) oral
presentations 5) upon completion of negotiations, receipt and
evaluation of best and final offers. Evaluation factors and their
relative importance: Award will be made based on a combination of
technical and price factors. The technical evaluation factors and their
relative weights in the evaluation process are listed below: A. Past
Performance (Weight 20%) B. Masonry Subcontractor (Weight 30%) C. Other
Subcontracting team (Weight 20%) D Project Management Staffing (Weight
30%) This initial phase will consist of receipt and evaluation of
technical proposals from offerors responding to the technical
solicitation. The technical proposals will be evaluated to determine
technical acceptability. The second phase will consist of GSA's
development of a short list of the most technically qualified firm,
with a notification to all firms as to their technical ranking. The
third phase will consist of GSA's request of offerors from the
short-listed firms to provide price proposals that will assist the
contracting officer in the determination of the competitive range.
During the fourth phase, oral presentations and negotiations will be
conducted with firms who fall within the competitive range. The fifth
phase of the process will request offerors in the competitive range to
submit Best and Final Offers. Upon receipt and evaluation of any and
all revised technical and price proposals, a formal selection of a firm
will be made that offers the greatest value to the government The
estimated project cost is over $15,000,000.00 and the SIC codeis 1542.
This announcement also constitutes the synopsis of the pre-invitation
notice. For copies of the solicitation (technical qualification
package) available April 5, 1999, please submit a non-refundable check,
cashier's check, or money order for $100.00 payable. Please reference
solicitation # GS-03P-99-AZC-0042 for identification purposes. PERSONAL
CHECKS WILL NOT BE ACCEPTED. Please mail or fax your request to Ms.
Sharyn Beasley on Fax # (215) 656-5836. TELEPHONE REQUESTS WILL NOT BE
HONORED. Posted 04/06/99 (D-SN316779). (0096) Loren Data Corp. http://www.ld.com (SYN# 0244 19990408\Z-0022.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|