Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS

Y -- CONSTRUCTION OF THE NEW U.S. COURTHOUSE, MIAMI, FL

Notice Date
July 13, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30365
ZIP Code
30365
Solicitation Number
GS-04P-01-EXC-0044
Response Due
August 27, 2001
Point of Contact
Alison Smith, Contract Specialist, Phone (404) 331-4630, Fax (404) 331-7696, Email alison.smith@gsa.gov -- Ronald Butler, Contracting Officer, Phone (404) 331-5461, Fax (404) 730-2309, Email ronald.butler@gsa.gov
Description
CONSTRUCTION EXCELLENCE FOR CONSTRUCTION OF THE NEW U. S. COURTHOUSE-MIAMI, FLORIDA-GS-04P-01-EXC-0044-WRITTEN EXPRESSIONS OF INTEREST: The Government anticipates the award of a firm fixed price incentive (successive targets) contract as discussed in FAR Part 16.403-2. The project is advertised on an unrestricted basis. The Standard Industrial Code is 1542 and the NAICS Code is 233320. Utilizing the Source Selection procedures, Trade-Off process at FAR 15.1 the Construction Manager as Constructor (CMc) will be competitively chosen. GSA intends to award to the CMc that offers the best overall value to the government when all evaluation factors and price are considered. Under these procedures technical evaluation factors when combined are significantly more important than price. The services provided by the CMc shall cover a specific range of construction services. The contract shall be awarded and construction shall commence prior to 100% design completion on some documents. Therefore, the CMc shall be required to coordinate, cooperate and partner with the A-E during the completion of the construction documents. The site of the proposed new United States Courthouse will be two city blocks adjacent to the existing federal judicial complex in downtown Miami, Florida. The site is within the Central Business District, and near the City?s mass transit line and people mover system. The facility will consist of up to 50,418 gross square meters while containing up to 28,895 occupiable square meters (excluding interior parking) to deliver the required program. The project will include 100 secure interior parking spaces. The facility will be occupied by the U.S. District Court, the Federal Public Defenders Office, the U.S. Probation Office, the U.S. Attorneys Office,the U.S. Marshals Service and GSA. The estimated total construction cost range is between $105,000,000 and $115,000,000. The new United States Courthouse shall consist of the following functions: Up to fourteen (14) U.S. District Court courtrooms and chambers; U.S. Marshals Service offices; sallyport and detention cells; office areas for U.S. Probation Office and the U.S. Attorney?s Office; joint use GSA space for conference/ training rooms; food service, ADP areas, etc. The procurement process will be structured in four (4) stages as follows: Stage I -- Letter of Interest and Bonding Statement. In order to become eligible to compete for award of this project qualified construction contractors (licensed to perform general construction within the State of Florida) must submit, not later than August 27, 2001, 4:30 p.m. E.S.T. , a one page letter of interest along with a statement from a bonding corporate surety, on the surety's letterhead, that appears on the list contained in the Department of Treasury Circular 570 "Companies holding Certificates of Authority as Acceptable Reinsuring Companies or Acceptability of Individual Sureties in accordance with FAR Part 28.202 and 203. In the statement the surety must certify the offeror's ability to obtain bonding capacity commensurate with the Estimated Project Construction Cost Range of $105,000,000 to $115,000,000. All interested offerors are requested to submit the letter of interest and bonding statement to the attention of Ms. Alison Smith, Contracting Officer (4PCB), General Services Administration, Property Development Division, Suite 2500, 401 West Peachtree Street, N.W., Atlanta, GA 30308. Electronic submissions are not allowed during any stage of this procurement process except in response to past performance questionnaires. Stage II- Interested offerors responding to Stage I will be required to submit written information relative to the following in response to the Stage II Request for Proposal (RFP): (1) Past Experience (250 points) in providing General Construction services as the prime contractor or construction manager for completed projects within the past 10 years that are similar to this project and that should exceed ($70,000,000) or more. A separate statement will be required which addresses repeat business for the firm(s) with clients in the past 10 years by identification of the individual client, the number of projects completed for the client, and the cost of each project completed for the client. (2) The Firm?s Past Performance (400 points) on all similar completed projects within the past ten years. References will be collected and contacted. GSA may draw upon agency experience, as well as others, as another source of references. Stage II proposals will be evaluated and offerors will be notified of their viability in accordance with the Advisory Multi-Step process of FAR Part 15.202. Offerors that are not considered to be viable may however elect to continue with the remaining stages of this procurement contingent upon proper notification to the Contracting Officer. Stage III- Past Experience (150 points) and Past Performance (150 points) of Key Personnel ? Oral Presentation and Written Submission -- Following the receipt and evaluation of the Stage II proposals, an amended RFP will be issued informing them of a scheduled Oral Presentation along with a written submission to be presented in Atlanta, Georgia to the Source Selection Evaluation Board. The oral presentation and written submission will address the experience of key team members plus past performance of the Project Executive, Project Manager and General Field Superintendent. Note that the key personnel shall be committed to the project for the duration of construction and occupancy unless circumstances warrant a replacement to be approved by the Contracting Officer. Stage IV-Written Management Plan/Approach (100 points) ? Subcontracting Plan (5 points) and Price Proposal -- Following the evaluation of the Stage III Oral Presentation and Written Submission, the Government will issue an amended RFP to offerors based on construction documents ranging between 65% and 100% complete. The amended RFP will include various options that will also require pricing by each offeror. Offerors will be required to submit a written Management Plan/Approach as part of Stage IV. Note that execution and performance by the offeror's Management Plan/Approach will become an integral contractural component of the project. Offerors will also be required to submit, under separate cover, a price proposal, based on the criteria established by the procurement process employed and large businesses will be required to submit a mandatory SubContracting Plan. The price proposal shall include all cost elements, including the administrative cost of processing modifications during construction, for the entire scope of services. Prior to proposal submission for Stage IV, a Pre-proposal Conference, Site Visit and Socio-Economic Program Meeting will be conducted with offerors to entertain inquiries concerning the acquisition methodology, the RFP, the site and Subcontracting Plan initiatives and requirements. Facilities will be provided and time allotted for potential subcontractors to meet with the prospective offerors to market themselves and promote possible business ventures and/or teaming arrangements. In submitting the required Subcontracting Plan for Stage IV for large businesses, a minimum requirement will be to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: Small Businesses (23%), Small Disadvantaged Businesses (5%), Small Women-Owned Businesses (5%), Historically Underutilized Business Zones (HUBzones) (1.5%) and Small Veteran-owned Businesses (3%). Offerors submitting subcontracting plans that propose subcontracting opportunities above and beyond the minimum to the aforementioned socio-economic entities will receive up to five (5) bonus points towards their final technical score. An acceptable subcontracting plan is a mandatory condition of award.Offerors wishing to participate in this procurement as joint ventures, partnerships, etc. must provide, prior to award, proof of legal organization among the participants. The prospective CMc and its known first-tier subcontractors with anticipated subcontracts of $10 million or more shall be subject to a pre-award compliance evaluation by the Office of Federal Contract Compliance Programs (OFCCP), unless, within the preceding 24 months, OFCCP has conducted an evaluation and found the prospective Contractor and subcontractors to be in compliance with Executive Order 11246. Following evaluation of the Stage IV proposals, the SSEB will evaluate the trade-off between price submissions and technical scores to determine the best overall value to the Government.Offerors are advised that proposals should be submitted under their best terms as the Government intends to make award without discussions. Prior to award, the apparent successful offeror will be required to submit an acceptable Disclosure Statement (form(s) CASB DS-1, FAR Appendix 9903.202-1) so that the Government can, in accordance with FAR 16.403-2 ( c ) ( 1) determine the adequacy of the apparent successful offeror?s accounting system. An inadequate accounting system will render an offeror ineligible for award. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.214-7. A follow up notification of award will be placed in this publication. Award of this contract is contingent upon funding approval. This is not a request for technical or price proposals.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-01-EXC-0044/listing.html)
Record
Loren Data Corp. 20010717/YSOL027.HTM (D-194 SN50R8F5)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on July 13, 2001 by Loren Data Corp. -- info@ld.com