COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8, 2001 PSA #2762
SOLICITATIONS
Y -- DESIGN BUILD NEW SCHOOL CAMPUS
- Notice Date
- January 4, 2001
- Contracting Office
- BIA, FMCC, Acquisition Services Program Staff, 201 Third Street NW, 3th Floor, Room 330, Albuquerque, NM 87103
- ZIP Code
- 87103
- Solicitation Number
- 02MIN
- Response Due
- March 9, 2001
- Point of Contact
- Hal Schultz, Santa Fe Indian School, P. O. Box 5340,1501 Cerrillos Road, Santa Fe, NM 87502 -- (505) 989-6318
- Description
- The Santa Fe Indian School, P. O. Box 5340, 1501 Cerrillos Road, Santa Fe, NM 87502, anticipates award of a negotiated guaranteed maximum price design-build contract based upon a two-phase selection procedure using a construction management delivery system. This notice represents solicitation of qualification statements as phase one of the two-phased selection approach. The scope fo the project will be to design and construct a replacement educational facility to accommodated grades 7-12 with a target enrollment of 750 to 900 students. The project will include: residential facilities (dormitories), general and specialized cassrooms, a student life center (commons), educational support areas (cafeteria/kitchen, library/media center), administrative and facilities maintenance areas, athletic and recreational facilities as well as other areas to accommodate a community school program. The total project budget of the project will be approximately $35 -- 45 million. The project will be completed in two phases the phases: The design and construction of new residential facilities (expected occupancy July 2002), and the design and construction of the remaining facilities (target completion date July 2003). The school will continue to operate during the construction process. The contract provides for preparation of all construction documents, construction of utility infrastructure, site work, and building. Construction for portions of the project (such as utilities or earth work) may be allowed to begin, prior to completion of building construction documents provided construction documents for these specific portions have been reviewed and accepted for contract completeness by owners. Design submittals and reviews will be required at 15% (schematic), 40% (design development), 65%, 99% and 100% design stages. As built drawings will be required upon construction completion. The successful offeror will be required to meet with Santa Fe Indian School (owners) to finalize the program. All design-build firms responding to this notice will be given not less than 30 days from the date of this notice to provide qualifications for evaluation based upon the following criteria: 1) specialized design-build competence, 2) capacity, capability, experience and technical competence, 3) past record of performance, 4) work schedule to be followed in the preparation of the design for this project and proven ability to maintain and meet design/build project timelines and schedules, 5) Indian-owned and operated firm(s) and 6) familiarity and proximity with Santa Fe Indian School, the Pueblo communities and the Santa Fe area. Section 7(b) of Pub. L. 93-638 (25 U.S.C. 450e) and 48 U.S.C. 1404.7002 require that preference opportunities in employment and training be given to Indian/Alaska Native individuals and that preference in the award of subcontractors be given to Indian/Alaska Native economic enterprises. Design-build firms/teams which meet the requirements of this announcement are invited to submit an original only of standard forms 254 and 255, U.S. Government Architect-Engineer Qualifications, to Hal Schultz at P.O. Box 5340, or 1501 Cerrillos Road, Santa Fe, NM 87502, for phase one evaluation. The standard forms 254 and 255 are formatted for architect-engineer and related services. The construction element of the firm/team shall also be addressed on the SF 254 and 255, or on a separate format as long as the above criteria is addressed. Only one original submittal received by 4:00 p.m. local time on or before February 6th shall be accepted. Not more than six offerors deemed to be the most highly qualified will be selected to make oral presentations. Not more than three of the most highly qualified design-build firms will be short listed to participate in phase two of this design-build selection process. In phase two those firms short listed will be provided a Request for Proposal (RFP) which will contain the education specifications, performance specifications, program of requirements and evaluation criteria for technical and guaranteed maximum price proposals. Offerors will be required to prepare a preliminary design proposal to include sustainable concepts, structural systems, floor plans, elevations, wall systems, management plan, schedule, team organization, quality control and safety as part of the phase two technical proposals. A separate price proposal will also be required. A pre-proposal conference will be held on or about March 9, 2001, after the RFP has been issued to answer offerors inquiries. Each offeror will be required to submit both a technical and price proposal within 30 days. A stipend fee of $20,000 will be awarded to each offeror which provides a responsive, but unsuccessful initial proposal under phase two of this selection process. Award of a single firm-fixed price contract with SIC Codes of 1522 and 1542 will be made to the construction management firm with the best value offer by approximately May 2001.*****
- Record
- Loren Data Corp. 20010108/YSOL003.HTM (W-004 SN50A1E1)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on January 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|