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