Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOLICITATION NOTICE

Y -- NEW U.S. COURTHOUSE, SPRINGFIELD, MASSACHUSETTS

Notice Date
1/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-03-BZC-0004
 
Response Due
3/5/2003
 
Point of Contact
Peter Menzies, Contracting Officer/Project Manager, Phone (617) 565-5733, Fax (617) 565-5967, - Peter Menzies, Contracting Officer/Project Manager, Phone (617) 565-5733, Fax (617) 565-5967,
 
E-Mail Address
peter.menzies@gsa.gov, peter.menzies@gsa.gov
 
Description
Pre-Solicitation Notice: GS-01P-03-BZC-0004 New U.S. Courthouse, Springfield, Massachusetts Description: New Construction The U.S. General Services Administration announces a construction excellence opportunity for qualified general construction firms interested in providing construction services for A new United States Courthouse in Springfield, MA. The new courthouse is designed to be a significant civic structure that will contribute to the city fabric of Springfield, MA. The goal of GSA Construction Excellence is to facilitate the selection of a general contractor with a successful history of performing similar work at a high quality level that is consistent with the design intent of this project. The new courthouse building will contain approximately 15,000 gross square meters (160,000 GSF) of interior space. The facility will consist of a three story modern courthouse building with an underground parking garage with loading docks. The work within this project shall include, but not be limited to: Site work & Landscaping, Geothermal, Concrete, Masonry, Metals, Wood & Plastics, Thermal & Moisture Protection, Doors & Windows, Interior Finishes, Equipment, Furnishings, Hydraulic Elevators, Special Construction, Mechanical, Electrical, and General Conditions work. The facility will be located at 300 State Street in Springfield, MA. The successful firm must have previous experience with projects of similar size and scope.. GSA has defined similar size and scope to be: construction of an office building (Governmental, Courthouse, Institutional, or Office Buildings) of approximately $40 million dollars or more. The contractor's personnel will be required to obtain security clearances prior to working on this project. The approximate duration of the contract is 30 months. This project is designed using metric units. The successful firm must have a single project bonding capacity of approximately 50 million dollars ($50,000,000). Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the ?best value? to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, qualified/experienced personnel, management plan/technical approach; subcontracting opportunities, and on their price proposals. The acquisition process shall consist of five phases: Phase 1- receipt and evaluation of technical proposals utilizing a draft RFP with the technical evaluation factors. Phase 2 - develop an advisory short list based on technical qualifications/proposals of the most technically qualified firms. In this stage, GSA will advise each respondent that participates in Phase 1, in writing, as to whether or not it will be invited to participate in Phase 3, or that it is unlikely to be a viable competitor. GSA will advise the responding firms considered not to be viable competitors and the basis of GSA's opinion. GSA will inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 3. Phase 3- receipt and evaluation of price proposals based on 100% construction documents (a competitive range will then be developed by the Contracting Officer). Phase 4 ? At the Option of GSA - oral presentations and interviews of firms in the competitive range. Phase 5 negotiations and receipt and evaluation of final offers. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer during Phase 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are equal to price related factors. The Government has reserved the right to make an award at completion of Phase 3. The technical factors for the evaluation process are, in descending order of importance: 1. Past Performance. 2. Management Plan and Technical Approach. 3 Qualifications and Experience of Key Personnel. 4. Subcontracting Plan for small business category goals. Firms shall be identified to perform the following catagories of subcontract work and they will be required to prequalify and/or meet minimum qualification standards that will be issued with the instructions for phase 2: Geothermal, Elevators, HVAC, Temperature Controls, Electrical, Millwork, and Architectural Precast Concrete. The NAICS code applicable to this project is 236220 (previous 233320) the small business size standard is $28.5 million. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of this Solicitation (RFP) minus technical specifications and drawings will be available through the World Wide Web only on approximately 2-10-03 (www.fedbizopps.gov ). To be included on our GSA source list, please mail, fax or email your request to Peter Menzies, at GSA, Property Development Division (1PC), 10 Causeway Street, Room 975, Boston, MA 0222-1077; fax 617-565-5967 or email, Peter.Menzies@gsa.gov, reference Solicitation Number GS-01P-03-BZC-0004 for identification purposes, TELEPHONE REQUESTS WILL NOT BE HONORED. Additional information on how to obtain Solicitation documents will be issued in the solicitation. The RFP will provide date, time and location for the Pre-Proposal Conference. Following the conference, time will be allowed for a networking session for small, small disadvantaged, women owned, hubzone, and large businesses to meet other prospective firms for possible subcontracting opportunities on this project. Further information on this networking session will be listed in the RFP. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, and follow the procedures for notification registration. General Project Information may be obtained through the project webste at www.uscourthouse-springfieldma.com NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 17-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/1PC/GS-01P-03-BZC-0004/listing.html)
 
Place of Performance
Address: 300 State Street Springfield, Massachuetts
Country: U.S.A.
 
Record
SN00306650-F 20030419/030417221736 (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.