Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

Z -- NATIONWIDE MULTIPLE AWARD IDIQ FOR GENERAL CONSTRUCTION, ROOFING, PAVING ETC.

Notice Date
2/16/1999
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Aquisition Services (7PTA), 819 Taylor St., Rm. 12A22, Fort Worth, TX 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-99-HHD-0025
 
Point of Contact
Jane Scroggins, Procurement Analyst, Phone (817) 978-7092, Fax (817) 978-4191, Email jane.scroggins@gsa.gov - Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-7194, Email carolyn.smith@gsa.gov
 
E-Mail Address
Jane Scroggins
(jane.scroggins@gsa.gov)
 
Description
MULTIPLE AWARD IDIQ CONSTRUCTION & REPAIR/ALTERATIONS WITH DESIGN CAPABILITIES, ROOFING, PAVING SOL GS-07P-99-HHD-0025, DUE 04/08/99, POC's Jane Scroggins (Jane.Scroggins@gsa.gov), 817/978-7092, Carolyn Smith (Carolyn.Smith@gsa.gov), 817/978-7483, Janis Gaulden (Janis.Gaulden@gsa.gov), 817/978-7097, and L.H. Lee (LH.Lee@gsa.gov), 817/978-7399, SIC CODEs 1542, 1761, 1611, and 1622. General Services Administration (GSA) is soliciting general construction services with design capabilities in the following three categories: A) Interior and exterior building construction and repair and alterations including but not limited to electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, repointing, cleaning, sealing_..and other repair/alterations or construction or demolition services as specified, design-build services, earthwork, miscellaneous drainage structures such as culverts and headwalls, pavement repair and construction and other miscellaneous minor civil work items; B) Roofing involving installation, repair and alteration, and removal of all types; and C) Paving relevant to property and roads owned, leased or otherwise controlled by GSA, or other Federal authorized agencies. The primary performance area is the Greater Southwest Region which includes all counties/parishes in the states of New Mexico, Texas, Oklahoma, Arkansas, and Louisiana. Awards will be divided and made by zones within the primary areas. The secondary contract area is the contiguous United States. The duration of the contract(s) shall be for a period of five years with two five year options, with both GSA and the contractor(s) having mutual termination rights with 60 days notice. Phase I offerors are required to submit responses to the information requested herein for technical evaluation. Not more than 20 offerors per category who are determined by the Government to be in the technically competitive range will receive a request for Phase II proposals. Pre-proposal conferences for Phase I will be held in Fort Worth, TX, San Antonio, TX, and New Orleans, LA. The pre-proposal conference for Fort Worth, TX is tentatively scheduled for March 4, 1999, at the Fritz G. Lanham Federal Bldg., Room 12A27 at 10:00 a.m. Please monitor our GSA website (listed below), for more information regarding the scheduling of the pre-proposal conferences. Multiple awards may be made with each awardee being guaranteed a minimum of $200. The minimum ordering limitation per task order will be $1,000. The anticipated maximum ordering limitation of each contract is estimated at up to $25 million per year. This negotiated procurement will be accomplished by the source selection method, which will result in award of a firm fixed price contract to the contractor(s) offering the best value to the Government. Technical ability is more important than price. The Government intends to award up to 75% to small businesses in Category A (construction). The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)) therefore, the offeror's initial proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The number of offerors included in the competitive range can be limited for purposes of efficiency. The number of proposals in the competitive range may be limited to the greatest number that will permit an efficient competition among the most highly rated proposals. Offerors will not be reimbursed for Phase I or Phase II proposal submittal expenses. The Government is not limited to contacting only those references provided by the offeror (s). The Government may also consider the offeror's performance on contracts not submitted by the offeror that the Government is aware of, or becomes aware of. Definitions: SIMILAR, Category A (construction services), is defined for this contract as a project involving building space of a minimum of 10,000 SF. The projects must have involved interior and exterior repairs and alterations or new construction of federal, state, municipal, or commercial buildings with construction costs at $10,000 or greater. SIMILAR, Category B (roofing), is defined as roof projects of at least 25,000 square feet in size involving: the removal of an existing roof system and the installation of multi-ply, hot asphalt and/or coal tar bitumen, roof system with insulation, sheet metal fabrications, and roof related accessories; minor repairs of concrete and lightweight concrete roof decks; minor repairs of metal roof decks; minor repairs of wood roof decks; installation of uniform thickness roof insulation; installation of tapered insulation systems; installation of multi-ply, hot asphalt, built up roof systems; installation of modified bitumen roof systems; installation of the underlayment systems for metal and clay tile (2-ply modified bitumen, fully adhered membrane, etc); installation of sheet metal fabrications associated with the roof system's perimeters; and modification/replacement of rooftop equipment curbs. Comparison to similarity may be based upon single projects including all the preceding components or a combination of several projects containing all of the preceding components. SIMILAR, Category C (paving), is defined for this contract as a project involving vehicular paving of 3 miles or greater. The project must have involved repairs and alterations or new construction of federal, state, or municipal, roadways and/or elevated highways with construction costs at $10,000 or greater. QUALITY is defined as meeting or exceeding the customers' requirements in a timely manner within established budgets as set forth in the construction contract documents. Technical Evaluation Factors for each category proposing: In Phase I, evaluation of technical factors will be accomplished by the Government's critical analysis of each contractor's proposal. In all three categories, i.e., construction services, roofing services, and paving services, the technical factors, in descending order of importance are 1) Experience and past performance of the prime contractor and key subcontractors on similar projects. Key subcontractors include all those who are proposed to contribute 20% or more to project completion. This factor considers quality of the offeror's past performance in carrying out work of a similar nature with references to timeliness, cooperation, technical success and completion within budget. (2) Qualifications and past experience of key personnel. Key personnel include but are not limited to the proposed project manager, job superintendent, and on-site inspectors. This factor considers the achievements of excellence accomplished on similar projects by the key personnel related to education and training. Phase II proposals shall be solicited from the most highly qualified offerors (not exceeding 20 in each category). Phase II evaluation factors for all categories shall be 1) Management Approach: The technical and administrative approach to design-build delivery. This factor considers the success in areas of technical quality, delivery, timeliness and budget maintenance. Price shall be considered in Phase II. Submittal Requirements for each category proposing: Offerors are required to submit technical capabilities, experience and references for Phase I by providing information as follows: (1) List five similar projects that your firm or subcontractor has performed over the last 5 years. All 5 projects must be submitted in the following format: Project title and contract number; name, address and phone number , of firm contracted to do the work (offeror or proposed subcontractor); if paving, give name, address, and phone number of paving subcontractor if prime contractor does not have in-house paving capability; name of person representing the owner who is familiar with the project and their current phone number; project description; contract period; project size in square footage for both construction and roofing services; project size expressed in volume of materials used or lineal feet of roadway for paving; description of work done directly by offeror; original construction award amount; actual completion amount; number of owner initiated change orders; number of contractor initiated change orders; planned completion date; actual completion date; amount of liquidated damages assessed; name of project manager. (2) (a) List key personnel and each person's education, training and experience, and describe the duties of the key personnel in the following format: Names of key personnel and title; Education/Certificates/Licenses; experience; duties; amount of time individual will dedicate to projects arising from this contract. State this person's signature authority for the contractor and restrictions, if any. (b) List 5 similar projects on which key personnel have performed in the last 5 years. All 5 projects must be submitted in the following format: Project title and contract number; contract period; project size in square footage for both construction and roofing services; project size expressed in volume of materials used or lineal feet of roadway for paving; Name and current phone number of owner representative most familiar with the project; project description; completed construction amount; amount of liquidated damage assessed, if any. If key personnel experience was obtained while in the employment of another firm, identify the firm and a representative by name, address, and current phone number. Show a staffing plan that indicates responsibilities of key personnel and interface with major subcontractors. The technical submittal (Phase I) shall be received at the following address by 3:00 p.m. CST on April 8, 1999. The envelope is to be marked with Solicitation Number "GS-07P-99-HHD-0025" and labeled "Technical Proposal," and addressed to General Services Administration (7PTA), Attn: Jane Scroggins, 819 Taylor Street, Room 11A01, Fort Worth, TX 76102-6105. Contact Points: Jane Scroggins 817/978-7092, Carolyn Smith 817/978-7483, or Janis Gaulden 817/978-7097, or L.H. Lee 817/978-7399. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. All contractors downloading shall notify this office in writing (either by electronic mail or facsimile) in order to be placed on the planholder;s list. Contractors are responsible for downloading their own copy of all documents, including the questionnaire, solicitation, and amendments, if any. These documents will be in .pdf format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address of the General Services Administration page is http://eps.arnet.gov. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation (Phase II) and amendments, if any. There is also a link at the bottom of the CBD Notice on the Internet that will take the reader straight to the page where the synopsis and solicitation (Phase II) is, or will be posted. There is also a link to the point of contact's e:mail address. Contractors can also register to be notified by e:mail of new postings including synopsis, solicitations, and amendments to the site, so they do not have to check the site everyday. I encourage contractors to periodically check the site because it is still your responsibility to make sure you have all of the documents related to a procurement. All responsible sources may submit a proposal which shall be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-1999). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 13-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PMA/GS-07P-99-HHD-0025/listing.html)
 
Record
SN00400296-F 20030815/030813222807 (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.