Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

Y -- Renovation of Foley Federal Building & Courthouse, Las Vegas, NV

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-02-KTC-0060
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Elisa Sanchez, Contracting Officer, Phone 415-522-3162, Fax 415-522-3316,
 
E-Mail Address
elisa.sanchez@gsa.gov
 
Description
Required: General Contractor for Construction Services in Foley Federal Building and United States Courthouse, 300 Las Vegas Boulevard South, Las Vegas, Nevada - Solicitation Number GS-09P-02-KTC-0060, Presolicitation Notice Response Deadline: May 31, 2002 at 2:00 PM. Project Owner: General Services Administration, Public Buildings Service, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, California 94102-3434. Point of Contact: GSA Contracting Officer, Elisa Sanchez, Telephone (415) 522-3162, Facsimile: (415) 522-3316; e-mail: elisa.sanchez@gsa.gov The General Services Administration (GSA) announces its intention to renovate the existing Foley Federal Building and United States Courthouse for occupancy by October 2004. The facility to be renovated is a reinforced concrete building built in early 1960s. It consists of a four-story superstructure, a basement, and a penthouse housing service equipment. The building provides surface parking for the tenants in the rear yard; it does not provide any interior parking. The gross area of the building, including the basement level, is approximately 205,000 GSF. The building will be completely vacated for construction. US Bankruptcy Court, Marshal Service, Probation, Trustee, HUD, and SSA will occupy the building upon completion of the project. USBC will operate five courtrooms in the building. Renovation will primarily include asbestos and lead-based-paint abatement, blast prevention structural reinforcement, space realignment and finishing, courtroom renovation and preservation, entrance and lobby first impression work, handicap- accessing compliance, environmental-friendly recycling and disposal, and energy-conservation. The selected General Contractor is expected to deliver a thorough and high-quality product to the Government under the terms of the Construction Contract. Tetra Design, Inc. of Los Angeles (the Design Architect) is currently preparing the Construction Documents for the project. The CD will be finalized by April 29, 2002. Prior to bidding for this project, the Offeror must inspect the construction site, review the CD for accuracy, check all descriptions and cross-references, and list and report observed inaccuracies to GSA. The proposed price must include the effect of all inaccuracies and the needed remedial work. The successful Offeror upon award of the construction contract will become the General Contractor. The estimated total construction cost of the project is in the range of $19-$21 million. Construction award to the General Contractor is scheduled for August 1, 2002. Construction completion date is tentatively set for August 1, 2004. The General Contractor for construction services will be acquired in accordance with the Competitive Acquisition under the Part 15 procedures. Step One (1) is a presolicitation notice to identify potential offerors technically qualified to perform the renovation project. Potential Offerors are invited to attend a presubmittal conference to be held at the Foley Federal Building & Courthouse, Las Vegas, NV on May 15, 2002 at 1:00 PM. Attendees must submit a letter of intent in response to this notice by May 10, 2002, either by FAX (415) 522-3316 or sending e-mail to elisa.sanchez@gsa.gov. Each potential offeror will submit a concise statement of its corporate background, resources and capabilities, past performance on similar projects, technical and managerial qualifications of the firm, bonding capacity, financial capability and professional levels of individuals proposed for the project. Specific names are not required during Step One. The offerors must submit information that allows the Government to advise offerors about their potential to be viable competitors and participate in Step Two (2). Each Offeror will be evaluated for the quality and thoroughness of its qualification in response to this notice. All responses will be evaluated in accordance with the criteria stated in this notice. The Contracting Officer shall advise the respondents considered not viable competitors of the general basis for that opinion. All respondents considered viable competitors will be advised that they may participate in the resultant acquisitions. Step Two (2) will use the Request for Proposals (RFP) to communicate Government requirements to prospective contractors and to solicit proposals. During Step Two (2), the viable competitors will be required to submit a fully developed Technical and Price Proposals. The RFP will thoroughly describe the Government's requirements. The RFP will be issued to the prospective offerors by June 10, 2002. The RFP will thoroughly describe the Governments requirements and the basis for the selection of the General Contractor. The Government does not provide any stipend for the preparation of proposals to the Offerors. The Offeror for this project can be a joint venture, partnership, corporation, association or any other legal entity with collective contractual responsibility to successfully perform the project. If the offeror is an entity comprised of more than one firm, the identity and credentials of the firms will be evaluated separately and as a whole. Selecting an Offeror is not restricted to any specific geographic area. However, at least fifty percent of the construction work must be performed within the State of Nevada. The General Contractor must have a functional office in southern Nevada. In response to the Presolicitation Notice, the potential offerors must submit the following by May 31, 2002 at 2:00 PM: 1. Submit a letter of intent for the advertised project. 2. Submit summary level information for three to five projects previously performed by the Offeror resembling the advertised project. 3. Submit description and a picture for each previous project. 4. Submit information on building configuration, size, usage, and final cost for each previous project. 5. Submit names, addresses and telephone numbers of the owner representatives for each previous project. 6. Submit explanations for delays and liquidated damages for each previous project. 7. Submit a construction organization chart explaining generic positions proposed for the advertised project. 8. Identify minimum level of education and experience proposed for each generic position. 9. Certify that specific individuals proposed later, would meet or exceed the minimum generic standards set in the presolicitation notice. 10. Submit a two-page maximum management plan for the advertised project; 11. Provide proof of Offeror?s financial stability for the advertised project; 12. Provide proof of Offeror?s bonding capacity for the advertised project; 13. Provide release forms authorizing GSA to obtain performance related information for the previously completed projects, from the owners of the projects; Each potential offeror will be evaluated in accordance with the following criteria: I. Past Performance: This parameter evaluates level of similarity between the advertised project and projects performed in the past by the Offeror. Each project will be evaluated for quality, budget and schedule compliance, owner satisfaction, and contractor response to warranty repairs. The input for evaluation will be based on the Offeror?s response to the presolicitation notice and information obtained from the owner representatives who dealt with the Offeror on the project. The owner representatives will be those identified by the Offeror in response to this notice. Any comparable project indicated by the Offeror, must be at least 75% complete in order for it to be considered for this evaluation. II. Proposed Corporate Organization: This parameter evaluates the corporate side of the Offeror?s organization. It will examine and rate the firms overall experience, track record, credentials, management philosophy and approach to projects, and managerial level qualification. Other parameters considered would be the corporate ability to complete projects on time and within budget, current corporate workload, and projected workload coinciding with the timing of the advertised project. III. Proposed Construction Teams: The construction team proposed by the Offeror will be generic, meaning it would signify generic positions with minimum envisaged level of experience, education, length of service, geographic availability, and assignment within the Offeror?s organization chart for the project. Specific names are not required until StepTwo, to give the Offeror enough time to be short-listed and then plan and organize a certain group of individuals to the project team. Offerors having qualifications to meet the requirements specified herein are invited to respond and submit the specified forms and documents required by the Presolicitation Notice. All submittals must identify with this announcement and solicitation number. Hand deliver or mail six copies of submittals to Ms. Elisa Sanchez, General Services Administration, Property Development Division (9PCS), 3rd Floor West, 450 Golden Gate Avenue, San Francisco, California 94102-3434. All submittals for the Presolicatation Notice are due on May 31, 2002 at 2:00 PM, Pacific Standard Time. Upon completion of the Step One (1) process, the Government will notify the prospective offerors of the Step Two (2) procedures including oral presentation (if any), schedules and final selection criteria. The RFP package will only be available to the prospective offerors. This solicitation and procurement is being made under the Small Business Competitiveness Demonstration Program. Although this procurement is open to large businesses, small and minority businesses are encouraged to participate. All interested contractors are reminded that the successful contractor (if large business) will be required to place subcontracts to the maximum practical extent with small and disadvantaged contractors as part of their original submitted teams. Before award of the contract the Offeror (if not a small business having an average gross receipts of $4M during each of the past three fiscal years) is required to submit an acceptable Subcontracting Plan in accordance with Public Law 95-507. All potential offerors are invited to attend a pre-submittal conference to discuss project requirements and the selection process. The conference will be held at the Foley Federal Building and United States Courthouse in Las Vegas on May 15, 2002 at 1:00 PM. Although mandatory attendance is not required, potential offerors are requested to notify the Contracting Officer, Elisa Sanchez by calling (415) 522-3162 or sending e-mail to elisa.sanchez@gsa.gov of the names of attendees by May 10, 2002. A walk through of the project site will be held after the conference. Government reserves the option to cancel this solicitation at any time should funding sources and/or availability of funds fail to materialize. This is not a request for Fee Proposal. For more information, please contact Ms. Elisa Sanchez at (415) 522-3162.
 
Place of Performance
Address: 300 Las Vegas Boulevard South, Las Vegas, NV
Country: United States
 
Record
SN00068284-W 20020501/020429213435 (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.