Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

Z -- John W. Bricker Federal Building, 200 N. High Street, Columbus, OH, Renovation and Parking Garage Repair

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P04GBC0019
 
Response Due
4/2/2004
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186,
 
E-Mail Address
bobbie.tyler@gsa.gov, leafie.clark@gsa.gov
 
Description
The General Services Administration (GSA) announcement for a Two Phase General Contractor Selection Process for the John W. Bricker Federal Building, Renovation and Parking Garage Repair, at 200 N. High Street in Columbus, OH. The Government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. The estimated cost range for this project is $6 Million to $15 Million, with an anticipated construction duration of eighteen (18) months. The project was designed based on design excellence in architecture and engineering and it is the Government’s intent to have a construction excellence completion. This is a single contract project, where the general contractor must have experience in occupied office renovation projects, and unique experience in parking garage repair work. If the general contractor does not have the required parking garage repair work experience, a specializing parking garage construction and repair work sub-contractor must be hired. The building will remain fully occupied by various Federal tenants, it will be the responsibility of the contractor to phase and coordinate all work around the tenants and their normal operations. The scope of work under this proposed contract involves the following: AA. Office Building – A. Base Work: Architectural interior upgrades, toilet room upgrade, replace all building windows and ground floor glazing (ground floor glazing shall be blast resistant), HVAC upgrades, replace pneumatic temperature controls with new DDC, lighting upgrades, power distribution upgrades, replace fire alarm system. B. Option Work: Replacement of door hardware, add fragmentation film to new windows, provide laminated insulated windows, provide new roller shades, new lobby flooring, new suspended acoustical ceiling a the tenant areas on floors 2 through 7, renovation of the elevator lobbies on floors 2-7, new chilled water treatment, provide upgraded filtration at AHU#1 and AHU#2 systems, cleaning of all-high and low-pressure ductwork, replace of the electric water coolers, new UVC emitters on the AHU #1 and AHU #2 systems, provide insulation on all of the existing high-pressure ductwork, eliminate all work for the replacement of the tenant area light fixtures, provide all additional work required for the inclusion of the additional LEED requirements, provide blast resistant curtain wall & assoc. structure as described in documents. BB. Parking Garage Building (detached from office building) – A. Base Work: Provide various concrete floor repairs as well as façade sand stonework, all as described in the design documents. B. Option Work: G1: Replace fire alarm system, G2: Provide limestone restoration cleaning and repair on the garage, as indicated in the design documents, G3: Provide all work required for the installation of an emergency power feed to garage, as indicated in the design documents, G4: Provide all work required for the limestone restoration cleaning and repair on the building, as indicated in the design documents. This is a Request for Qualifications (RFQ), of firms interested in contracting of this work. This procurement will be a two stage selection process handled in accordance with Formal Source Selection procedures (Refer to Federal Acquisition Regulations (FAR) Part 15.3. SOURCE SELECTION EVALUATION FACTORS: In Phase I, interested firms will submit portfolios of accomplishment that establish the capability of the firm. All documentation will be in an 8 1/2'” x 11” format. The portfolio should include the following: a cover letter referencing the Fed Biz Opps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments. Submission requirements and evaluation criteria: 1. Management Plan and Project Schedule (30%) – This factor considers the plan of action and critical path sequencing of work items the contractor intends to use to accomplish the completion of this work. The standard is met when the information submitted indicates a thorough, logical and complete plan of action to accomplish all work within the allotted time frame. A. Management Plan – Offeror must submit a management plan that indicates project staffing, identifies number of construction teams, identifies project sequencing and phasing. B. Schedule – Offeror must submit a Critical Path Schedule that indicates coordination, sequencing and phasing of all major work tasks (including time for purchasing of materials, submittal approvals, etc.), and demonstrates the contractor’s ability to complete the project in the amount of time allowed. Submittal Requirements – Detailed Management Plan Critical Path Schedule/Phasing Plan. A Sample of the Phasing Plan for the contractor’s reference will be provided. All interested firms in this Request for Qualifications (RFQ) will have the responsibility of requesting a Sample of the Phasing Plan and the following specification sections: 01100, Summary of work, 01140, Work restrictions, 01593, Security regulations. 2. Key Team Member Qualifications (25%) - This factor considers renovation experience and associated quality of construction work performed by the contractor’s key personnel. Key personnel include Project Manager, Project Supervisor and Customer Representative. The standard is met when the information submitted shows qualifications and experience over the past 5 years that demonstrate a thorough knowledge and competence level commensurate with the positions for which they are being proposed. A. Key personnel must have performed essentially the same duties as being proposed under this project on a minimum of two (2) renovation projects of the same scope, quality and complexity as that outlined in this RFQ during the past five (5) years, where the cost of the project was $6 million or more and took place in a multi storied, occupied and operational facility, and (2) parking garage repair projects during the past five (5) years, where the cost of the work was $1 million or more. At a minimum, submit the following information: Submit the following information for each individual : Title of Project/Location (including address), Project Scope of Work (description), Contract Award Amount/Final Contract Amount (including changes/additions), Contacts (Name/Title/Phone)(include owner, Project Manager, Contracting Officer), Scheduled/Actual Performance Period (identifying delays/extensions/causes), Supplemental Narrative (not to exceed two pages) explaining how the experience submitted meets the technical requirements for this factor. 3. Product / Equipment Evaluation (20%) - This factor considers the entire assembly of the proposed glazing system and how it complies with the design documents (Blast resistant). The factor also considers other major equipment such as boilers, temperature control system/equipment, and fire alarm equipment. Submittal Requirements - identify and describe the following: A. Indicate proposed Glazing Equipment manufacture/vendor, Temperature Controls equipment manufacturer, Temperature Controls software provider/vendor and Temperature Controls front-end manufacture/vendor. (Info only). B. Describe Assembly and Disassembly of glazing systems. (Windows and main lobby walls). C. Describe access to and replacement of window assemblies (Exterior or interior). 4. Past Performance (10%) - This factor considers the quality of the performance on comparable renovation projects submitted by the offeror. Standard for evaluation: The standard is met when – A. The offeror has two (2) renovation projects meeting the requirements as stated in Item 5a. where the references’ responses to the questions are all satisfactory and the references expressed they would contract with the offeror again. Questions may include but are not limited to the following: 1. Describe offeror’s overall performance. 2. Describe offeror’s quality of workmanship, material, equipment. 3. Rate offeror’s ability to complete the contract within reasonable schedule restraints. 4. Rate offeror’s ability to complete the contract within reasonable budget restraints. 5. Describe the number and final cost of change orders for the project. 6. Rate offeror’s business relations/customer service. 7. How was the Project Manager/Superintendent’s Performance? 8. If you had a choice, would you contract with the offeror again? Why or why not? References will be contacted and responses annotated on Attachment 1, Past Performance Questionnaire. 5. Past Experience (15%) - This factor considers the number and complexity of comparable renovation projects previously completed by the general and key sub-contracting firms. The standard for evaluation is met when – A. The contracting firm(s) must have successfully completed at least two (2) office renovation projects @ minimum $6 million in multi-stored Operating and Occupied facilities, and two (2) parking garage repair projects @ minimum $1 million, completed in the past five (5) years. B. The projects should be similar in scope, requirements, complexity and level of finish quality to the project proposed by this solicitation. Submittal Requirements: Project Title/Location (including address), Scope of Work (project description), Contract Award Amount/Final Contract Amount (including changes and additions), Scheduled/Actual Performance Period (identifying delays, extensions and causes), Contacts (Name/Title/Phone)(include owner, Project Manager, Contracting Officer), Supplemental Narrative (not to exceed two pages) explaining how each project submitted meets the technical requirements for this factor. A Source Selection Evaluation Board consisting of representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. In Phase II, the short-listed firms will be notified and asked to submit more detailed information that reflects their entire team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with the Phase I short-list announcement. Sufficient time will be provided for the firm to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, possible approaches in carrying out the project, and project management. The indicating each member of their team, including all outside consultants. The Phase II evaluations will culminate with an interview with the Source Selection Evaluation Board. Phase II rankings will be used in conjunction with Phase I rankings to determine the final selection. Price analysis will be done to determine whether prices are reasonable and also to determine the offeror’s understanding of the work and ability to perform the contract. The Government plans to award a firm fixed price contract to the responsible offeror whose proposal is most advantageous to the Government (Best Value Trade-Off Process), considering both technical factors and price, permitting award to other than the lowest price offeror or other than the highest technically rated offeror. Price is approximately equal in important to the combined technical evaluation factors. The North American Industry Classification System (NAICS) Code for this project is 236220, and the corresponding size standard for a determination of business size is $28.5 Million. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Small businesses are encouraged to participate. In accordance with Public Law 95-507, large businesses will be required to provide for the maximum, practicable participation of small, disadvantaged, veteran owned, service disabled veteran owned and HUB Zone businesses through subcontracting opportunities. Large businesses must submit a subcontracting plan with acceptable goals in order to be eligible for award. SBA must accept and approve the subcontracting plan prior to award of this contract. Joint Venture arrangements will be considered and must provide their joint venture agreement documentation. Firms have the capabilities to perform the services described in this announcement are invited to respond by submitting Phase I submittals, along with a letter of interest to: Ms. Bobbie Tyler, GSA, Property Development Division, 230 S. Dearborn Street, Suite 3512, DPN 35-3, Chicago, IL 60604, by 4:00 PM CST, April 2, 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PCI/GS05P04GBC0019/listing.html)
 
Place of Performance
Address: 200 North High Street Columbus, OH
Zip Code: 43215-0000
Country: U.S.
 
Record
SN00650084-F 20040825/040823213931 (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.