Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
MODIFICATION

Z -- Phase II Renovation

Notice Date
1/27/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GS06P05GZC0007(N)
 
Response Due
3/1/2005
 
Point of Contact
Sharon Clisso, Contract Specialist, Phone (816) 823-2319, Fax (816) 926-3571, - Sharon Clisso, Contract Specialist, Phone (816) 823-2319, Fax (816) 926-3571,
 
E-Mail Address
sharon.clisso@gsa.gov, sharon.clisso@gsa.gov
 
Description
THE SOLICITATION NUMBER FOR THIS PROJECT HAS BEEN CHANGED FROM: GS06P05GZC0007(N) TO: GS06P05GZC0007. NOTICES IN THE FEDERAL BUSINESS OPPORTUNITIES FOR THIS PROJECT ARE NOW IDENTIFIED WITH SOLICITATION NUMBER GS06P05GZC0007. ALL POTENTIAL OFFERORS ARE DIRECTED TO THE NOTICE POSTED UNDER SOLICITATION NUMBER GS06P05GZC0007. The project is a continuation of a four-phase program to renovate an 18-story office building. Approximately 188,000 gross square feet of the 1.2 million gross square foot building will be renovated in this project. Estimated award range is $20,000,000 to $30,000,000. Completion time is 715 calendar days after receipt of Notice to Proceed, to be issued on or about August 29, 2005. This contract is restricted and limited to only those firms having (1) an existing general construction contracting office as of the date of this announcement within the four state region consisting of Missouri, Kansas, Iowa and Nebraska; (2) meeting the minimum requirement of having worked on a similar or partially similar project ? defined as an interior office renovation or other renovation project with a high level of interior finishes and complexity (new construction projects will not be evaluated); (3) a hazardous materials abatement subcontractor whose on-site supervisors for this project possess the Supervisor / Missouri State Certificate for Asbestos Related Occupations and their most recent required refresher training certificate; and (4) a data wiring subcontractor whose on-site supervisor for this project has been certified by Building Industry Consulting Services International, Inc. (BICSI). This project will be limited to floors 11 through 14 and miscellaneous lobby work on floors 15, 16 and 18; and stairway tower upgrades on floors 11 through 18. The building will be occupied during construction, however floors 13 and 14 initially will be vacant; floors 11 and 12 will be vacated when the tenants from those floors move to 13 and 14. Base Bid contract work includes demolition, asbestos and lead paint abatement; tenant improvements consisting of new drywall partitions; ceiling replacement; new doors, frames and hardware; paint, plaster, and vinyl base; casework; building signage/graphics; new above ceiling HVAC; new lighting; floor box connections for office furniture; new panel boards; new power distribution and telephone and data raceway and drops. Option Bid work includes tenant improvements; meeting certification standards to qualify for LEED certification; stairway egress and pressurization infrastructure improvements from floors 11-18; and Building Automation System work. Any contractor or subcontractor performing asbestos abatement shall satisfy special competencies and 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. Construction work disruptive to the tenants and building operations must be completed outside of normal business hours. This is a competitive negotiated acquisition using source selection procedures. The Government intends to use the ?trade-off process? in selecting the prime contractor. The ?trade-off process? is a method of evaluating both the technical factors specified in the solicitation, the price and an optional in-person interview. For this solicitation, the goal is to select the proposal that offers the best combination of technical qualifications, price and an optional interview. The Government intends to award the contract to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, with technical factors being considered more important than price. The object is to select the proposal that offers the most for the money, not necessarily to select the lowest price. Proposals will be evaluated in three stages. Stage One, the Request for Technical Proposals (RFTP) will be issued on or about 01-24-05. The RFTP will consist of technical evaluations to establish those within a competitive range. The elements that make up the technical evaluation factors, in order of importance, are (1) Past Performance of the Firm, (2) Experience and Qualifications of Key Personnel, (3) Management Plan, and (4) Sustainable Construction Materials and Methods. Proposals will first be ranked according their technical quality. Offerors whose proposals fall within the competitive range will be invited by the Government to make Stage Two submissions, which shall consist of Pricing, a subcontracting plan and special competency requirements. Offerors whose technical evaluations do not meet minimum requirements will be notified by phone or letter that they will not be allowed to submit a price proposal. Offerors whose technical evaluations are not in the competitive range will also be so notified; however their price proposals will still be received and evaluated. Pricing Packages will be issued on or about April 11, 2005. Initial Price proposals will be received in this office on or about May 20, 2005. Offerors should submit Stage Two price proposals that are acceptable without additional information, as the Government may make the final determination regarding a proposal?s acceptability based solely on the basis of the initial proposal submitted. The Government may proceed with the 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. A request for final price proposals will be issued on or about May 29, 2005. The offeror with the highest technical rank and the lowest price will be considered the most advantageous. If the ranks of two or more offerors are approximately equal, the higher technical proposal will be the offer considered most advantageous. As proposals become more equal in their technical merits, price then becomes more important. If the selection board deems it necessary or desirable, they may invite selected firms to an in-person interview, which shall constitute Stage Three. Award will be made to the responsible offeror whose offer conforms to the solicitation and provides the combination of technical qualifications, price and the interview, if held, that is the most advantageous to the Government. The Government will evaluate all proposals that meet the minimum requirements. THIS IS THE PRE-SOLICITATION NOTICE ONLY. The Request for Technical Proposal (RFTP), to be issued on or about 1/24/05, will include a general scope of work, completed Design Development level drawings and outline specifications, the Solicitation Provisions, the Proposal Submittal Requirements and the Evaluation Factors. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution (FEDTeDS). GSA, PBS, Property Development Division, Administrative/Procurement Services Branch (6PCA), will no longer mail hardcopies of construction solicitations and amendments. The solicitation (specifications and drawings) and its amendments will only be available through a link in FedBizOpps to the Federal Technical Data Solution (FEDTeDS) website. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov <http://www.ccr.gov>) and then with FEDTeDS (www.fedteds.gov <http://www.fedteds.gov>). As the General Services Administration implements FEDTeDS, solicitations will continue to be available through the government-wide point of entry (www.FedBizOpps.gov) but the sensitive but unclassified acquisition related information (specifications and drawings) will only be available through links to FEDTeDS. The drawings are being provided as .DWF file. Drawings can be viewed from Autodesk. Bidders are responsible for producing their own print sets for their use. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors must supply the following information: 1. Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company's CCR Point of Contact, 2. Your Company's DUNS Number (800-333-0505 if you do not have one) or CAGE Code 3. Your Company?s Tax ID Number, 4. Your Telephone Number, and 5. Your E-Mail Address. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Your CCR registration should take approximately 48 hours for processing and activation. Once you have registered with CCR you may then register with FEDTeDS to view solicitations. No federal materials can be downloaded until you have registered under both sites. You may register with FEDTeDS via the following URL https://www.fedteds.gov/. If you have not used the site previously, please go to "Register with FedTeds" and read the Vendor User Guide. The official planholders list will be based on only those requesting specifications through FedTeDS. There will be a Pre-Proposal Conference on February 15, 2005, at 10:00 a.m., local time, in room N133 of the Richard Bolling Federal Building, 601 East 12th Street, Kansas City, Missouri. Proposals will be received on Tuesday, March 1, 2005, at 2:00 p.m, local time. Specific location is specified in the RFTP. Only one proposal may be submitted by each offeror. The Government will evaluate submissions to establish those within a competitive range. 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 not limited by the restrictions stated in the first paragraph may submit a bid, 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. The RFTP specification and Construction Documents are available ONLY by link via the Invitation for Bid (IFB) announcement to be issued on or about 1/24/05. The list of planholders will be based ONLY on those requesting the Bid Documents via FEDTeDS (see above) through the link contained in the IFB announcement. Those requesting drawings, plans, and/or specifications must first register at www.ccr.gov. Contact Sharon Clisso, Contract Specialist, for questions concerning this announcement at 816-823-2319 or fax her at 816-926-3571. The Contracting Officer is Karen Poole (816) 823-4920; fax (816) 823-5935. Technical questions should be directed to the Project Manager, George Gourse, at 816-823-2262.
 
Place of Performance
Address: Richard Bolling Federal Building,, 601 E 12th Street,, Kansas City, Missouri
Zip Code: 64105
Country: United States
 
Record
SN00741607-W 20050129/050127212354 (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.