Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

Z -- Courthouse Renovation IIA23008

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P02GZC0530
 
Response Due
7/16/2002
 
Point of Contact
Georgann Butler, Contracting Officer/Contracting Specialist, Phone (816) 823-4918, Fax (816) 823-2096,
 
E-Mail Address
georgann.butler@gsa.gov
 
Description
The purpose of this source selection procurement is to select a highly qualified general construction contractor and specialized subcontractors for the IIA23008 COURTHOUSE RENOVATION at the Federal Building and U.S. Courthouse at 131 East 4th Street in Davenport, Iowa. Scope of work will encompass selective demolition, construction of an addition, underground parking, and associated structural modifications, and renovation of the entire building, including but not limited to new courtrooms, chambers and associated suites, new prisoner detention areas, and new office space throughout. Exterior sidewalks, plantings, and hardscaping will be replaced. Required systems upgrades will include HVAC, plumbing, and sprinklers, and electrical distribution. The approximately 75,000 gross square feet building was constructed in 1932, and historic preservation will be required in portions of the building, with an emphasis on decorative metal and wood recreation and restoration. The building has a structural steel frame with concrete floor slabs, and is clad in travertine limestone with a base of polished granite. The bid will be broken into options and separate prices. The building will be vacant during construction, with the exception of a construction management office. Bonds will be required from the successful contractor for the full amount of the construction contract. The project will be in conformance with all applicable building codes, life safety requirements and the Americans with Disabilities Act. Quality material and design, low maintenance, energy efficiency, recycling, construction waste management, and sustainable design issues as defined by the LEEDS (Leadership in Energy and Design) rating system of the U.S. Green Buildings Council, are elements of the project, and the project goal is a Silver LEEDS rating. The project will include an Art-In-Architecture component, to be procured separately by the Government. Estimated cost range: $8,000,000 to $12,000,000. Completion time: 540 calendar days (approx 18 months) after receipt of Notice to Proceed, to be issued on or about January 8, 2003. This contract is restricted to those firms having an existing general construction contracting office within the five-state area of Iowa, Missouri, Illinois, Minnesota, and Wisconsin. Any contractor or subcontractor performing asbestos abatement, elevator work, and roof work shall satisfy special competencies as detailed in the specification. Any contractor or subcontractor performing asbestos abatement shall provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with the hazardous materials involved. The Government will not indemnify against such risk. This is a competitive negotiated acquisition. Proposals will be evaluated in two stages. Stage One will be technical evaluation of the prime construction contractor. Stage Two will be technical evaluation of the subcontractors and team composition, management and technical approach of the general contractor, sustainable design approach, and pricing. The Government intends to use the ?greatest value concept? in selecting the prime contractor. The ?greatest value concept? is a method of evaluating price and other related factors specified in the solicitation, with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. Stage One, the Request for Technical Proposal (RFTP), contains a general scope of work, the Solicitation Provisions, the Proposal Submittal Requirements and the Evaluation Factors. This RFTP will be issued on or about June 14, 2002. All requests for RFTPs must be in writing. There will be a Pre-Proposal Conference on June 21, 2002 from 10:30 am -12:30 pm, at the project site in Davenport. Proposals will be received in this office on or about July 16, 2002. Specific date and time will be specified in the RFTP. Only one proposal may be submitted by each offeror. There will be a short-list of technically qualified contractors published at the FedBizOpps.gov web site on or about August 20, 2002. Offerors should submit Stage Two technical and price proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate Stage One submissions to establish those within a competitive range. Per FAR clause 15.306 (c) 2, the contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Only those firms within the competitive range will be invited by the Government to make Stage Two submissions, which shall consist of Technical Qualifications, Pricing, the subcontracting plan and special competency requirements. The Government will evaluate all proposals. Two factors will be considered - technical qualifications and price. The elements that make up the Stage One technical evaluation factors, in order of importance, are (1) Experience and Past Performance of the Prime Firm, (2) Qualifications of Key Personnel, and (3) Team and Locality Experience. The elements that make up the Stage Two technical evaluation factors, in order of importance, are Experience and Past Performance of Specialty Subcontractors, Balance of Team Composition, Management and Technical Approach, and Sustainable Design Plan. Stage Two evaluations will also include price. The price factor is not initially as important as the technical evaluation factor. As proposals become more equal in their technical merits, price then becomes more important. The Bid Documents will be made available to the offerors selected to participate in Stage Two. Printed sets and drawings on CD produced in AutoCAD may be purchased directly from a printer to be determined. Cost of prints and CD will be non-refundable and shall be paid directly to the printer. Contact Georgann Butler, Contracting Officer, in writing at georgann.butler@gsa.gov to request the Stage One RFTP and for questions concerning this announcement (phone 816-823-4918) or fax at 816-926-3571. Technical questions should be directed to the Project Manager, Denise Ryerkerk, in writing at denise.ryerkerk@gsa.gov (phone 816-823-2269). Prior to award of contract, the contractor, if not a small business, will be required to submit and have GSA approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit technical qualifications for Stage One, which will be considered by the agency within the limits of this announcement. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Offers from Small Disadvantaged business concerns will receive a price evaluation preference per FAR 19.12. FAR Clause 52.219-23 ? Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns shall apply.
 
Place of Performance
Address: Federal Building and U.S. Courthouse, 131 East 4th Street, Davenport, IA
Zip Code: 52801
 
Record
SN00086284-W 20020602/020531213523 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.