Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

Y -- Edward Zorinsky Federal Building Renovation, Omaha, NE

Notice Date
9/13/2002
 
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
GS06P02GZC0546
 
Response Due
10/31/2002
 
Point of Contact
Karen Poole, Contracting Officer, Phone (816) 823-4920, Fax (816) 823-5935, - Joseph York, Contracting Officer, Phone (816) 823-4915, Fax (816) 926-3571,
 
E-Mail Address
karen.poole@gsa.gov, joseph.york@gsa.gov
 
Description
Request for Proposals Notice for the Edward Zorinsky Federal Building Renovation, Omaha, Nebraska, Job PCN: INE99004. Request for Technical Proposals o/a 10-01-02. Request for Price Proposal o/a 02-18-03. Estimated cost range: $20,000,000 to $30,000,000. Time for completion: 420 calendar days. Summary of project: The purpose of this source selection is to select a highly qualified construction contractor to provide renovation construction services on an existing Federal Office Building. The Federal Office Building will be 430,000 gross square foot building located in Omaha, Nebraska and consists of nine (9) stories above grade, a basement, and partial sub-basement below grade plus a mechanical penthouse and small elevator penthouse at the top of the building. This portion of the renovation will be a ?shell? construction contract which will include site/landscaping work, exterior demolition, exterior construction, some existing structural modifications, shell mechanical, electrical and plumbing, plus interior layout and finish work. Tenant fit out work will be procured under separate contract by GSA. In compliance with Executive Order 12770, the building is designed and will be constructed entirely with metric dimensions. There may be minimal asbestos removal. The bidder, or subcontractor used by the bidder, shall meet the competency qualification requirements for asbestos removal as specified in Section 00120 of the specification. Any contractor or subcontractor performing asbestos removal shall satisfy special responsibility and 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 hazardous materials involved. Proposals will include a base bid, and options. This is a competitive negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluations; Phase II will be for 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. Phase I, 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 09-13-02. All requests for the RFTP must be in writing. Contact Joe York at 816-823-4915 or fax 816-926-3571. There will be a Pre-Proposal Conference on or about 10-16-02. Proposals shall be received on or about 12-05-02 at the GSA, Office of Business & Support Services (6ADB), Federal Building, 1500 East Bannister Road, Room 1161, Kansas City, MO 64131-3088.. Specific date and time shall be specified in the RFTP. All submittals must clearly indicate the solicitation number on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52-215-1. Only one proposal may be submitted by each offeror. There will be a short list of technically qualified contractors published in the FedBizOpps on or about 12-13-02. Offerors should submit 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 all proposals. Two factors will be considered: (1) a technical evaluation factor, and (2) price. The elements that make up the technical evaluation factor, in order of importance, are: (1) Experience and Past Performance of the Firm (50%), (2) Qualifications of Key Personnel (35%), and (3) Management and Technical Approach (15%). The price factor is not as important as the technical evaluation factor. As proposals become more equal in their technical merits, price becomes more important. Joint venture arrangements will be considered and evaluated on a demonstrated interdependence of the members to provide a quality team. The Government will evaluate Phase I submissions to establish those firms within the ?competitive range.? Only those firms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of: (1) pricing, (2) Subcontracting Plan, and (3) special competency requirements as specified in the specifications. Phase II, Specifications (Bidding Documents) and drawings will be available for review at plan rooms at no cost. The documents may be purchased by full size, half size, and CD (cost to be determined later). Cost is non-refundable. Bidders interested in obtaining the bidding documents will need to make financial arrangements directly with Lane Blueprinting, 1520 Main Street, Kansas City MO 64108, phone 816-221-2500. The planholders list will be based on those requesting the documents. The bidding documents will be available on or about 8-30-02. For further information contact Joe York at phone 816-823-4915, or fax 816-926-3571. Technical questions should be directed to the Project Manager, Glen Essink at phone 816-823-4904. Prior to award of the contract, the contractor, if not a small business, will be required to negotiate a small business subcontracting plan. Contract award will be contingent upon negotiation of an acceptable subcontracting plan. In accordance with Public Law 95-507, the contractor will be required to provide the maximum practical opportunities for Small Business concerns, Small Business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of this contract. As part of its commitment to socioeconomic limitative of the Federal Government, the GSA has established for fiscal year 2002 subcontracting goals of: 40% for small business, 8% for small disadvantaged business, 5% for women-owned business, 2.5% for HUB Zone, and 5% for Veteran Owned (may include 3% Service Disabled Veteran Owned). In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities. Offerors must also provide a brief written narrative of outreach efforts made to utilize these small businesses. Phase Two offerors will be required to submit a subcontracting plan with their price proposals. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit a proposal which will be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JAN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/6PCA/GS06P02GZC0546/listing.html)
 
Place of Performance
Address: 215 North 17th St Omaha, NE
Zip Code: 68101
Country: USA
 
Record
SN00508594-F 20040124/040122214627 (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.