Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2002 FBO #0126
SOLICITATION NOTICE

Z -- Pioneer Courthouse Seismic Upgrade and Rehabilitation Project, Portland, Oregon

Notice Date
4/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-02-LTC-0025
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Judith Tomlinson, Contracting Officer, Phone (253)931-7657, Fax (253)931-7395, - Jacquelyn Owens, Contracting Officer, Phone 253-931-7675, Fax 253-931-7395,
 
E-Mail Address
judy.tomlinson@gsa.gov, Jacquelyn.Owens@gsa.gov
 
Description
General Services Administration (GSA) is soliciting for a construction firm to provide all supervision, labor, materials and equipment necessary for the Seismic Upgrade and Rehabilitation of the Pioneer Courthouse (PCH), Portland, Oregon. PROJECT OVERVIEW: The facility is approximately 51,200 gross square feet. The PCH, first completed circa 1875, is listed on the National Register of Historic Places Landmark Structure. The restoration and alternation work includes, but is not limited to, construction of a base isolated building seismic upgrade; renovation of interior finishes; repair of exterior stone, roof and site; replace HVAC, fire and life safety, telecommunication, data distribution/technology, and electrical systems; and upgrade accessibility. The PCH will not be occupied during the construction performance period. The successful offeror shall have previous experience with similar size and scope of construction projects with particular emphasis on complex renovations and alternations of historical buildings. GSA has defined similar size and scope to be the renovation of a historical office building (Governmental, Courthouse, or Institutional) of approximately $10 million dollars or more. SELECTION PROCESS: This procurement is issued pursuant to the Small Business Competitive Demonstration Program. Award will be a firm fixed price contract and the procurement method will be a two step short list/two-step sealed bidding process. Source Selection Procedures as identified in FAR Part 14.5 will be utilized. Offerors will be evaluated based upon technical merit with respect to demonstrated successful past performance, qualified/experienced personnel, and subcontracting opportunities. The successful offeror will be the short-listed firm offering the lowest evaluated bid price. The acquisition process shall consist of two steps. Request for Qualifications (RFQ): Step 1a - Offerors are invited to submit written technical qualification information that will be evaluated by GSA. GSA will use Step 1a-proposal requirements contained herein. STEP 1a - WRITTEN TECHNICAL PROPOSAL REQUIREMENTS: The Offeror shall submit their Written Technical Proposal in separate 1" three ring binders. Each binder must be organized and tabbed as follows: (1) Similar Projects References, (2) Company Past Performance, (3) Project Manager Past Performance, (4) Superintendent Past Performance, (5) Key Personnel Resumes, (6) Staffing Plan, and (7) Narrative addressing unique issues of the project. Description follows: (1) Similar Projects References - The Offeror shall provide a list of no more than 7 projects (but not less than three) completed within the last ten (10) years that demonstrate the company's construction experience on similar projects in terms of seismic upgrades, historic buildings, complexity, size, and dollar value. Offerors shall provide the following minimum information for each project identified: (a) Name and location of the project, (b) Description of work including the original and final contract amounts, number of change orders and their total value, total gross square footage, and project pictures as appropriate, (c) Unique challenges of the project and how they were addressed., (d) Owner and Architect contact points including name, telephone number, address, and email, and (e) Actual work performed by the Offeror in the scope of work. Primary factors to be evaluated are: (i) Past Experience with complex seismic upgrade projects, (ii) Experiences with Historic buildings, (iii) Quality Construction, and (iv) Ability to solve logistical issues. This information shall not exceed ten (20) pages (minimum font size 10) of material. (2) Company Past Performance - Each Offeror shall select three (3) projects from those identified above and have the Owner's and Architect's Representatives from each project complete the "Company Past Performance Evaluation Forms" (Appendix 1). The Offeror is responsible to ensure that the original forms are collected in an unopened, sealed envelope and provided directly to the GSA SSA/CO with their entire package and received no later than the due date. The Offeror shall also complete and submit a Self-Evaluation of the same three (3) projects using the same form. The BOARD may conduct Owner and Architect evaluation verification and clarification. The BOARD may contact other references and conduct further interviews concerning these and any other projects. (3) Project Manager Past Performance - The Offeror shall select two (2) recently completed or in-progress projects that the proposed Project Manager has worked on and have the Owner's and Architect's Representatives from each project complete the "Project Manager Past Performance Evaluation Forms" (Appendix 2). The Offeror's Project Manager shall also complete and submit a Self-Evaluation of the same two (2) projects using the same form. The Offeror is responsible to ensure that the original forms are collected in an unopened, sealed envelope and provided directly to the GSA SSA/CO with their entire package and received no later than the due date. The BOARD may conduct Owner and Architect evaluation verification and clarification. The BOARD may contact other references and conduct further interviews concerning these and any other projects. (4) Superintendent Past Performance - The Offeror shall select two (2) recently completed or in-progress projects that the proposed Superintendent has worked on and have the Owner's and Architect's Representatives from each project complete the "Superintendent Past Performance Evaluation Forms" (Appendix 3). The Offeror's Superintendent shall also complete and submit a Self-Evaluation of the same two (2) projects using the same form. The Offeror is responsible to ensure that the original forms are collected in an unopened, sealed envelope and provided directly to the GSA SSA/CO with their entire package and received no later than the due date. The BOARD may conduct Owner and Architect evaluation verification and clarification. The BOARD may contact other references and conduct further interviews concerning these and any other projects. (5) Key Personnel Resumes - The Offeror shall provide resumes for all key team members, listing their education, training, qualifications and experience relative to the tasks they will be performing. A list of prior project experience for each proposed team member shall be provided that demonstrates minimum experience levels as follows: The Project Manager shall have a minimum of 15 years experience in managing building similar construction projects with three projects over $7.5 million. The General Superintendent shall have a minimum of 15 years experience in supervising building construction projects with three projects over $7.5 million. Each proposed team member will be evaluated based on GSA's review of their qualifications and experiences as they pertain to the project. (6) Staffing Plan - The Offeror shall submit a project organizational structure incorporating their project staffing plan describing roles, responsibilities, tasks, interrelationships, etc. Its purpose is to ensure a successful project that addresses safety, budget, schedule, quality, team working, and customer satisfaction. The responsibilities and positions of the proposed key personnel members shall be discussed in complete detail. If the Offeror is proposing as a joint venture or is using another General Contractor (GC) for work performed on the project, they shall address the following: (a) Explain why you are proposing a Joint Venture (additional GC) rather than proposing as a single respondent. (b) If the Offerors have worked together in the past explain the projects; provide a copy of the joint venture (additional GC) agreement and the draft joint venture agreement for this Contract. (c) If the Offerors have not worked together in the past, provide a copy of their (or either if only one has done it) typical joint venture (additional GC) agreement and the draft joint venture agreement for this Contract. (d) If neither has joint venture (additional GC) experience, then provide a copy of the joint venture (additional GC) agreement for this Contract. This information shall not exceed ten (10) pages of presented material (minimum font size 10), excluding any copies of Joint Venture (additional GC) agreements. (7) The Offeror shall submit a narrative highlighting three issues of their own choosing , unique to the project that they believe to be critical to the project and explaining how they will address them. Based upon written technical qualifications, GSA will develop a short list of the most highly qualified firms. At the end of Step 1a, GSA will advise in writing each respondent that participates in Step 1a, as to whether or not they will be invited to participate in Step 1b. GSA will advise the responding firms considered nonviable competitors of the general basis of GSA's decision. Offerors who do not submit a written technical offer during Step 1a will be precluded from further participation in this acquisition. Step 1b - Firms short-listed to Step 1b will be provided a project packet that will further define the proposed project. After allowing time to evaluate the documents, firms electing to continue in the solicitation process will be interviewed by the panel in Portland. Offerors who do not participate in the presentations/ interview stage of the process (Step 1b) will be precluded from further participation in this acquisition. Required attendees for the Offeror include the proposed Project Manager and Superintendent. The remainder of the presentation team is up to the offerors. In the maximum 60-minute presentations, the Offerors are requested to present and address the key factors listed below. The presentation will be followed by up to 30 minutes of questions and answers from the selection panel and advisors. At the end of Step 1b, GSA will advise in writing each respondent that participates in Step 1b, as to whether or not they will be invited to participate in Step 2. GSA will advise the responding firms considered nonviable competitors of the general basis of GSA's decision. Key factors to be addressed in the presentation include, but not limited to are (1) Challenges and approach to execution of the project, (2) Outline work break down structure, (3) Management Plan, and (4) Protection and preservation plan for the building during construction. Step 2 - GSA will issue the Invitation for Bid (IFB) to the firms listed at the end of Step 1b. In the second step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for awards and each bid in the second step must be based on the bidder's own technical proposals. PRE-PROPOSAL MEETING: All interested parties are invited to attend the Pioneer Courthouse Seismic Upgrade and Rehabilitation Project, Pre-proposal Meeting. This meeting will be held on April 17, 2002, in the Pioneer Courthouse , 555 SW Yamhill, Portland, Oregon, 97204, at 2:00 P.M, local time. All prospective attendees should contact Ms. Judith Tomlinson, GSA Contracting Officer, at judy.tomlinson@ gsa.gov or at 253-931-7657 about their participation. The estimated magnitude of this project is between ten and twenty million dollars ($10,000,000.00 and $20,000,000.00). The approximate duration of the contract is two years. The NAICS code for this procurement is 233320. This procurement is UNRESTRICTED. For the purposes of this procurement, a concern is considered a small business if its average annual receipts are $27.5 million or less. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. SB PARTICIPATION: Although this procurement is open to large business, small, small women owned, small disadvantaged, Section 8(a), Service-disabled Veteran, and HUBZone small business firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in construction of Federal facilities. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: small business (45%); small women owned business (5%); total small disadvantaged business (SDB) (17%); other SDB (9%); Section 8(a) (8%); Service-disabled Veteran (3%); and HUBZone small business concerns (3%). Joint venture offers will be considered. The contractor's personnel will be required to obtain security clearances prior to working on this project. The physical protection of Federal employees, the visiting public, and facilities has always been a priority for General Services Administration (GSA). GSA and other Government agencies are reviewing GSA's construction and security criteria to find ways to prevent future occurrences of terrorism. Dissemination of Sensitive but Unclassified (SBU) building information shall only be made upon determination that the recipient is authorized to receive it. Therefore, authorized non-Government users shall provide valid identification to receive SBU building information. Provide valid identification to the attention of Judith Tomlinson, Contracting Officer, General Services Administration, Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA 98001-6599 by the due date of the Technical Proposal, May 10, 2002, 2:00 P.M. Pacific Time. Offerors must comply with the following requirements excerpted from PBS Order PBS 3490.1: Purpose. This GSA order sets forth PBS's policy on the dissemination of sensitive but unclassified (SBU) paper and electronic building information of GSA controlled space, including owned, leased, or delegated Federal facilities. A major concern of GSA and the Federal Government is the safety and security of people and facilities under the charge and control of GSA. This order outlines the PBS security procedures needed to reduce the risk that the material will be used for dangerous or illegal purposes. Valid identification shall be the following: A copy of a valid business license (if required by the jurisdiction where the business is incorporated or where the job is located). The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. If a business license is not required by the jurisdiction, the information shall be provided and certified; and Verification of a valid D-U-N-S Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and A Valid Tax ID Number of the company requesting the information [validation procedures being determined]; and A signed certification from the authorized user acknowledging the requirement to safeguard the SBU building information. The certification shall include the definitions of "reasonable care" as defined under this order. A Valid State drive's license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. Reasonable care is defined as: (a) Limiting reproduction and/or dissemination of covered materials only to persons/parties related to the required work or otherwise authorized to receive such information; (b) Making every possible effort that is reasonable and prudent to prevent unauthorized disclosure of this information; (c) Destroying documents no longer needed after completion of the work. Destruction shall be done by burning or shredding hardcopy, and/or degaussing CDs, deleting and removing files from the electronic recycling bins, and defragmenting the computer hard drives. Unsuccessful bidders/offerors shall make every reasonable and prudent effort to destroy or render useless all information/documentation received during the solicitation and/or appeals process upon contract award and completion of any appeals process; (d) Performing due diligence to assure that all those who were in turn given SBU building information in the course of the work (such as subcontractors or suppliers) also adhere to these disposal requirements; (e) The awardee continuing the efforts required above throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the awardee; (f) Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Qualifying firms desiring consideration should submit four copies of their Request for Qualifications (RFQ) no latter than 2:00 PM on May 10, 2002, to the attention of Judith Tomlinson, Contracting Officer, General Services Administration, Property Development Branch, Portfolio Procurement (10PDC), 400 15TH Street SW, Auburn, WA 98001-6599. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittal by fax will not be considered. The technical proposals shall not include prices or pricing information. THIS IS A REQUEST FOR QUALIFICATIONS. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NECESSARY TO SUBMIT REQUEST FOR QUALIFICATIONS IS CONTAINED HEREIN OR WILL BE PROVIDED AT THE PREPROPOSAL MEETING. REQUEST FOR QUALIFICATIONS MUST CLEARLY INDICATE THE SOLICITATION NUMBER GS-10P-02-LTC-0025 ON THE FACE OF THE ENVELOPE.
 
Place of Performance
Address: Pioneer Courthouse, 555 SW Yamhill, Portland, Oregon 97204
Country: U.S.A.
 
Record
SN00054396-W 20020407/020405213435 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.