COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646 GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 Y -- CONSTRUCTION EXCELLENCE FOR THE CONSTRUCTION OF THE NEW UNITED
STATE COURTHOUSE-ORLANDO, FLORIDA SOL GS-04P-00-EXC-0018 POC
Contracting Specialist -- Linda F. Lockett (404) 331-4624 CONSTRUCTION
EXCELLENCE FOR THE CONSTRUCTION OF THE NEW U.S. COURTHOUSE-ORLANDO,
FLORIDA -GS-04P-00-EXC-0018. This is a supplemental notice to the CBD
notice (CITE: W-147 SN459176) that was published on May 31, 2000; it
provides the most current solicitation project information. A third and
final notice is tentatively scheduled to be published on August 28,
2000. Specifically, the changes include the following; Construction
contractors may request to be put on the Bidder's Mailing List by
submitting a one page letter to the attention of Linda F. Lockett,
Contract Specialist, General Services Administration (GSA), Property
Development Division, 401 West Peachtree Street, N.W., Suite 2500,
Atlanta, GA 30308; If an offeror submitted a response to the May 31th
notice, then it is not necessary to resubmit a second response;
however, offerors may continue to submit their initial requests up
until the issuance of the RFP; The courthouse will consist of
approximately 28,642 m2 (308,304 gsf) including 1,300 m2 (14,000 gsf)
for indoor parking; The Estimated Construction Cost at Award for the
project is $50,000,000 to $57,000,000; The Request for Proposal (RFP)
is tentatively scheduled to be issued on September 15, 2000; A
Pre-Proposal Conference and site visit is tentatively scheduled to be
held approximately ten (10) days following the issuance of the RFP, to
answer questions that offerors may have concerning the price and
technical evaluation criteria. A Small Business Subcontracting
Networking Session is scheduled to immediately follow the Pre-Proposal
Conference. GSA intends to contract for complete construction services
for a new U.S. Courthouse in Orlando, Florida with construction
contractors that offer the best overall value to the Government by
demonstrating a commitment to construction excellence, by providing and
maintaining a viable team organization and by adherence to the
budgetary and time parameters for this project. The proposed U.S.
Courthouse will be constructed in the Orlando Downtown Business
District. The building will be occupied by the U.S. District Courts,
U.S. Magistrate Courts, District Clerk of Court, U.S. Probation Court,
Circuit Satellite Library, the U.S. Marshal Service, U.S. Pretrial and
GSA joint use space. The courthouse will provide approximately eight
district courtrooms, approximately six magistrate courtrooms, offices,
sallyport, detention cells, ADP area, and joint use GSA space for
conference/training rooms, food services, etc. Approximately
thirty-five (35) secured, indoor parking spaces will be provided. In
addition, the project will include a maximum of 200 surface parking
spaces to accommodate official vehicles and the handicapped. Occupancy
is planned for FY 2004. This procurement is advertised on an
unrestricted basis. The Standard Industrial Code for this procurement
is 1542. The project is in Metric Units of Measure. The contractor
selected will be required to supply all labor, materials and
supervision to perform the complete services as required by the Scope
of Work under the resultant contract. The contractor will be chosen
competitively utilizing FAR Part 15 Source Selection procedures in
conjunction with the Best Value Trade-off process. Based on the
complexity and importance of this project, the Government deems it to
be in its best interest to consider award to other than the lowest
priced offeror or other than the highest technically rated offeror.
Therefore, combined technical evaluation factors will be more important
than cost or price. The final price will encompass all-inclusive costs
for the entire project including the administrative cost of processing
change orders throughout the course of this project. The Government
anticipates the award of a Fixed-Price Incentive (successive targets)
Contract (see FAR Part 16.403-2), based on a final negotiated or
accepted price, to the contractor that offers the best overall value to
the Government. The primary objective of this process is to select the
most technically qualified contractor that offers the best overall
value to the Government when all factors including price are
considered. The entire procurement process will be performed in three
(3) Stages. Stage I Submission: During this stage, the Government will
issue a Request for Proposal (RFP) for technical and price submissions
at 30% design completion documents from those firms responding to any
of the Pre-Solicitation CBD announcements. Any scope changes by the
Government that may result from the pre-proposal conference may be
incorporated into the Scope of Work at any time prior to the final
request for price proposal submission at no recompense to the
offeror(s). The technical factors will be as follows: (1) Offeror's
Experience on Similar Projects (200 Points); (2) Offeror's Past
Performance on Similar Projects (200 Points); (3) Experience and
Qualifications of Key Personnel of the Prime (150 Points) and (4)
Management Plan Outline (50 Points). The submission of price will be
simultaneous with the submission of the technical data but under
separate cover and will be based on documents supplied by the A-E
design firm relative to the 30% design completion. This price should
reflect the contractor's Firm-Fixed Price Proposal for General
Contractor Services and a separate Proposed Target Cost and Target
Profit for the remainder of the work which will be incentivized. The
Ceiling Price (total price for all contract work) will be provided in
the RFP. Following the evaluation of the technical proposals, a
competitive range of no more than three (3) contractors that offer the
best values will be selected in accordance with FAR Part 15.306-(c) to
further compete in Stages II and III. Any and all cost saving concepts
and scope improvement measures submitted or discussed by the offerors
as part of Stage II and III becomes the property of the Government and
may be incorporated into the drawings and specifications for use under
this project at no recompense to the offeror. Stage II Submission:
During this stage those firms selected within the competitive range
will enter into the Participation Phase of the solicitation. During
this phase, these firms will participate in Value Engineering Workshops
and Constructability reviews that will be outlined in the RFP Scope of
Work. The offerors are expected to be involved in the participation
phase from 30% completion of design development through 95% completion
of construction documents. The offerors will each be required to
participate in good faith and provide reports documenting their
comments to enhance the project's cost savings and constructability.
Following the completion of this phase, the offerors' efforts will be
evaluated by the evaluation board as follows: Stage II Technical
Evaluation Factors: (5) Design Development Participation Phase (250
Points maximum) will consist of the following sub-factors: #1. Value
Engineering Workshop (50 pts.); #2Written Comments/Ideas (50 pts.);
#3Design Development Constructability Review 70%+/- (50 pts.); #4
Estimate Development (50 pts.); and #5 95% Construction Document Review
(50 pts.). The offerors will be provided a predetermined stipend
(approximately $22,000 for each firm for total effort) for their
services rendered during this phase. This stipend is to be paid to all
firms in the competitive range that participate in good faith
following award to the successful offeror. The score for Factor (5)
will not be evaluated until later in Stage III. Stage III Submission:
During this Stage, Factor (6), Construction Document Phase (150 Points
maximum) will consist of the following sub-factors: #1 Construction
Document Presentation (50 pts); #2 Detailed Project Management Plan and
Technical Approach (50 pts); and #3 Subcontractor Qualifications (50
pts maximum) which will include the following sub-factors: #1
Information on Subcontractor (25 pts) and Small Business Subcontracting
Plan (25 pts). The offerors in the competitive range will engage in
discussion with GSA, this should include a discussion of the offerors'
submission of their management plan and subcontractor information.
After the discussion,the Government will request a revised technical
and price proposal, along with a mandatory, proactive Subcontracting
Plan, pursuant to FAR Part 19.705-4 encompassing the following minimum
Socio-Economic Program minimum goals: Small Business (23%), Small
Disadvantaged Business (5%), Small Women-Owned Business (5%) and
HUBZone Businesses (1.5%). A failure to submit this plan in conjunction
with the Stage III final price proposal, when requested, will render
the offer unacceptable. All correspondence in response to this
announcement must clearly indicate the solicitation number
GS-04P-00-EXC-0018. Offerors are encouraged to submit their proposals
on their most favorable terms and following the combination of the
evaluation of technical factors 1-6 with the final price proposal
submission, the Government will award to the firm that offers the best
value. Following the Pre-Proposal Conference that is scheduled during
Stage I, the General Services Administration (GSA) will host a
Subcontracting Opportunities Networking Session for Small, Small
Disadvantaged, Minority, and Woman-Owned Businesses. The Networking
Session is intended to affirm GSA's recognition of the talent that
exists in the small business community and its commitment to opening a
dialogue between the community and the firms which are considering
bidding on this project. Prospective small business subcontractors will
be given an opportunity to network with potential prime contractors and
to showcase their special talents and abilities as qualified
subcontractors. Questions about the Networking Session should be
directed to either David Gibson, GSA Small Business Contact for the
Project (404) 331-2366; Internet: DavidA.Gibson@GSA.Gov, or to Pat
Geisinger, GSA Small Business Technical Advisor, Office of Enterprise
Development (404)331-3031; Internet
PatGeisinger@GSA.GOV.4988856t566655552fcv THIS IS NOT A REQUEST FOR
PRICE OR TECHNICAL PROPOSALS. End of CBD Posted 07/18/00 (W-SN475935).
(0200) Loren Data Corp. http://www.ld.com (SYN# 0162 20000720\Y-0035.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 18, 2000 by Loren Data Corp. --
info@ld.com
|
|
|