Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

38 -- Renovation and Alteration Services for a Proposed U.S. Historic Courthouse, Natchez, MS

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-05-EXC-0013
 
Response Due
12/7/2004
 
Point of Contact
Brenda Owens, Contracting Officer, Phone 404-331-5014, Fax 404-331-7063, - Bernice Jackson, Contract Specialist, Phone (404) 331-4616, Fax (404) 331-7063,
 
E-Mail Address
brenda.owens@gsa.gov, bernice.jackson@gsa.gov
 
Description
CONSTRUCTION- FOR THE RENOVATION AND ALTERATION OF A PROPOSED HISTORIC U.S. COURTHOUSE, NATCHEZ, MISSISSIPPI TECHNICAL PROPOSAL REQUEST FOR THE RENOVATION AND ALTERATION OF THE HISTORIC UNITED STATES COURTHOUSE IN NATCHEZ, MISSISSIPPI Solicitation number-GS-04P-05-EXC-0013. -The General Services Administration (GSA) announces an opportunity for construction excellence (renovation and alteration)under FAR 15.202 Advisory Multi-Step Process is soliciting Stage I technical proposals and preliminary bonding assurance letters from highly qualified, certified small business general construction contractors desiring to compete in the procurement process for this important project. This procurement is advertised on a restricted basis as a Small Business Set-Aside in accordance with the Small Business Demonstration Program (General Services Administration Letter MV-0402, dated April 04, 2004.) This procurement will utilize the Best Value source selection, trade-off process approach where all evaluation factors combined (other than price) are more important. The Government may award to other than the lowest price offerors. The selected Offeror must demonstrate a history of meaningful experience and quality performance, a commitment to excellence, providing and maintaining a viable team organization and by adherence to budgetary and time parameters set forth for this project. Offerors are encouraged to submit proposals with their best terms as the Government intends to make award without discussions. The project, located at 109 South Pearl Street, Natchez, MS 39120, is presently on the National Building Register of Historic Places. The North American Industry Classification Code (NAICS) is 236220 for this effort. The size standard is $27.5 million. The courthouse, (previously an opera house), was constructed Circa 1854, and consists of three floors with a gross area of 19,750 square feet. The work includes interior construction, building utilities, sitework, and historic restoration. The facility will house one Courtroom with Judge's Chambers, Court Administrative Space, Visiting Judge's Chambers and U.S. Marshals Service Space. Two secured parking spaces will be included. Construction is anticipated to start on or before March 2005, with a completion date of no later than August 2006. The services provided by the Offeror shall cover a specific range of renovation and alteration services as detailed in the Drawings and Specifications to be provided. The procurement shall be conducted in two (2) stages. Stage I:- Invites potential offerors to submit technical information that allows the government to advise about their potential to be viable competitors. Stage II consists of issuance of Request for Proposal solicitation, specifications and drawings and invites offerors to submit detailed technical and pricing information for source selection. The services provided by the Offeror shall cover a specific range of renovation and alteration services as detailed in the Drawings and Specifications to be provided in Stage II. Stage I EVALUATION CRITERIA: Consists of the following five (5) evaluation factors. Interested parties are required to submit the following information, along with a statement from a bonding surety certifying their ability to obtain bonding of at least 5 million dollars. The following Stage I TECHNICAL FACTORS, listed in descending order of importance are: 1) PAST PERFORMANCE – Provide information concerning your performance of full building renovation on, or similar to, Judicial, US Marshals and restoration of historical buildings. Submit a minimum of three and a maximum of five projects where you served as the prime contractor (at least three (3) within the past five years) that meet or exceed 15,000 gross square feet in size and the cost was between 2.5 and 5 million. Provide 8 x 10 photographs, locations, size projected cost and final cost for each of the project submitted. Provide at least two reliable references per project (references will be contacted) (Note that the government can only exert a reasonable amount of time attempting to contact references) provide names, titles, phone numbers, faxes, e-mails. 2). EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL - Qualifications and experiences of key personnel (not limited to construction manager, project manager, project engineer, estimator, superintendent) relative to renovation and alteration of facilities, especially historic sites, commensurate with the aforementioned size and dollar value in factor 1. 3) MILLWORK QUALITY/CAPABILITY Demonstrate capabilities and experience of millwork contractor(s) proposed for use on this project. Include lists of completed projects of similar nature with project names and addresses, names and addresses of architects and owners and other information to demonstrate and support quality of previous work completed. Contractor shall be experienced in producing and installing historic architectural millwork similar to that indicated for this Project and demonstrates sufficient production capacity to produce required units 4.) PROXIMITY TO PROJECT LOCATION and, (5) KNOWLEDGE OF LOCAL CONSTRUCTION MARKET. This data must be submitted to Ms.Shirley Barbee, Contract Specialist, General Services Administration, (GSA), Acquisition Management Division, 401 West Peachtree Street, N.W., Suite 2513, by close of business 7 December 2004. Late and/or incomplete submissions during any stage of this procurement will be handled in accordance with FAR 52.214-7 and may render an offeror ineligible for further participation. Noncompliance with the established time frames for any and all submissions will be handled in accordance with Far 15.208. Electronic transmissions, faxes and/or verbal submissions will not be accepted during any stage of this procurement. All correspondence in response to this announcement must clearly indicate the solicitation number GS-04P-05-EXC-0013 and project name. Stage II: This stage will be conducted following the evaluation of submittals in Stage I. Offerors will be required to submit their technical approach to the project, not to exceed 50 pages. The information should include: a) planned approach to organizing and controlling the execution of the renovation and alteration effort b) plan to manage change orders and minimize their effects on cost and time c) proposed project schedule, demonstrating their plan to coordinate self-performed work with subcontracted trades d) plan to monitor construction schedule and costs so that the project remains on time and within budget e) plan to coordinate the review of shop drawings, submittals f) scheduling program utilized g) expanded key personnel, including first tier subcontractor personnel, project experience history and percent of time with the organization and Price Proposal. Note that offerors will be required to submit, under separate cover, a price proposal based on the criteria established by the procurement process. Following the receipt, evaluation and scoring of the stage 1 submissions by the GSA Source Selection Evaluation Board (Board), each technically acceptable responding firm will be issued a RFP package, along with the corresponding Scope of Work, and requested to submit a price proposal. In accordance with FAR Part 28.101 and 52.228-1, price proposals must be accompanied by a Bid Guarantee/Bond in the amount of $1,000,000.00 or 20% of the proposed submission price, whichever is less. A failure to comply with this requirement will result in the rejection of the price proposal as unacceptable. Prior to the submission of the price proposal a Pre-submission meeting will be held (normally ten days following issuance of the RFP package) to discuss and entertain questions relative to the scope or price submission. The exact date of the meeting will be provided in the RFP package. Once prices are submitted to the government, price and technical factor scores will be combined. Offerors participating as newly established joint ventures, partnerships, etc. must provide, prior to award, proof of legal union among the participants. A follow up notification of award will be placed in this publication. Award of this contract is contingent upon funding approval. This pre-solicitation notice is a request for Stage I Technical proposals. This is Not A Request for Stage II Price Proposals at this time. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUN-2005, 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/4PCB/GS-04P-05-EXC-0013/listing.html)
 
Place of Performance
Address: 109 South Pearl Street Natchez, MS
Zip Code: 39120
Country: USA
 
Record
SN00836608-F 20050626/050624212813 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.