Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1999 PSA#2467

Bureau of Prisons, South Central Regional Office, 4211 Cedar Springs Road, Suite 300, Dallas, TX 75219

Y -- DESIGN/BUILD FEDERAL PRISON CAMP SOL RFP-50020-1062 DUE 120799 POC Douglas V. Patton, Contract Specialist, 214-767-9985 E-MAIL: dpatton@bop.gov, dpatton@bop.gov. The Federal Bureau of Prisons, South Central Regional Office, Dallas, Texas, seeks to negotiate a firm-fixed price Design/Build contract for the design and construction of a Federal Prison Camp to be located in Seagoville, Texas. The scope of the work includes all architectural, engineering, utilities, building construction and other related services necessary to provide the facility. The proposed minimum security facility will consist of a single building approximately 13,000 square feet which contains all program components, including housing, food service, unit offices, visitation and multi-use area. The estimated magnitude of the whole project is between $1,000,000 and $5,000,000. For consideration on this project, the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope (not necessarily design/build prison experience). The design of the architectural and engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered to practice in their particular field in the State of Texas and whose primary office is located within a 100 mile radius of Seagoville, Texas. The Federal Bureau of Prisons will be utilizing two phase Design/Build selection procedures. All responsible sources may submit qualifications in response to this Phase One Request for Qualificaitons. A maximum of five (5) Design/Build entities who are found to demonstrate the highest qualifications will be selected to participate in Phase Two of the selection process. This announcement and subsequent Request for Qualifications is the Phase One portion of the selection process. Interested applicants must respond to this Phase One Request for Qualifications by submitting Standard Form 254, Standard Form 255, and AIA Document A305 as well as any other supplemental data including photographs of past projects, brochures, etc. Qualification statements must be submitted in an original and three copies to the address and contracting officer specified above no later than 2:00 PM local time, on December 7, 1999. Consideration in this Phase One Request for Qualifications for the selection of firms to participate in the Phase Two selection process will be based upon the following criteria: FIRM'S CAPACITY AND ORGANIZATION (SIZE AND MAKE-UP OF THE FIRM, CONSULTANTS, SUBCONTRACTORS, AND AVAILABLE PERSONNEL BY DISCIPLINE)(20%); PROPOSED PROJECT TEAM AND ORGANIZATION (KEY PERSONNEL, CONSULTANTS, SUBCONTRACTORS, AND PROFESSIONAL QUALIFICATIONS AND RELEVANT EXPERIENCE -- INDIVIDUALLY AND AS A TEAM)(40%); EXPERIENCE AND PERFORMANCE (EXPERIENCE OF THE FIRM'S PROJECT TEAM, CONSULTANTS, AND SUBCONTRACTORS INCLUDING EXPERIENCE WITH PROJECTS OF COMPARABLE SIZE AND COMPLEXITY)(40%). Offerors, individually or as a team, must have the capacity to obtain performance bonding for 100% of the Design/Build contract. An offeror's proposed Phase One team or firms and key personnel proposed inresponse to this Phase One Request for Qualifications must remain fixed for the duration of the contract and warranty period unless a change is submitted in writing to the Contracting Officer. Upon completion of the Phase One evaluation, a maximum of five (5) offerors deemed to be the most highly qualified shall be invited to submit proposals in response to the Phase Two Solicitation. However, the Federal Bureau of Prisons reserves the right to select less than five (5) offerors for Phase Two. Those offerors selected to participate in Phase Two will receive a Phase Two Solicitation after their selection. Unsuccessful Phase One offerors will receive notice of their non-selection at the same time and shall not be allowed to submit a Phase Two proposal. All Phase Two proposal developement costs shall be borne by the offerors. Phase Two shall be conducted in accordance with the Federal Acquisition Regulation (FAR) part 15 and selection shall be made as a "best value procurement." The Phase Two proposals will be evaluated on 1) Technical approach and 2) Cost or Price. These factors are listed in relative order of importance. For information, please contact Douglas V. Patton, Contracting Officer at 214-767-9985. This is not a request for proposals. This is 100% set-aside for small business concerns. See note(s) 1. Posted 10/29/99 (W-SN396349). (0302)

Loren Data Corp. http://www.ld.com (SYN# 0078 19991102\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page