Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
MODIFICATION

Y -- Construction

Notice Date
4/10/2007
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-04P-07-EXC-0071
 
Response Due
5/10/2007
 
Archive Date
5/25/2007
 
Description
ANNOUNCEMENT FOR THE CONSTRUCTION OF A NEW U.S. COURTHOUSE, FT. PIERCE, FLORIDA CONSTRUCTION-GS-04P-07-EXC-0071 The General Services Administration (GSA) announces an opportunity for Construction Excellence in public construction for a new US Courthouse in Ft. Pierce, Florida. The site selected by the Government for the new U. S. Courthouse will be in the Central Business District of Ft. Pierce, Fla. The facility will include approximately 11,464 square meters (123,400 sq. ft.) including 34 secure (inside) parking spaces and 73 on-grade parking spaces. The facility will be occupied by the Federal District Court, Magistrate Court, Bankruptcy Court, District Clerk, Probation, Pretrial Services, Federal Defender, U.S. Attorneys Office, U.S. Marshals Service and the GSA. The estimated construction time for this project is between 900 and 1080 calendar days. The estimated total construction cost for the project is estimated to range between $37,000,000 and $39,000,000 with occupancy planned for 1st quarter FY 2011. This procurement is advertised on an unrestricted basis. The North American Industry Classification System Code (s) (NAICS) for this procurement is 236220. Qualified offerors electing to participate in the name of newly formed partnerships, corporations, joint ventures and/or any other business entity or arrangement will be required to provide the government with legal proof of union upon submission. IMPORTANT: In order to be eligible for award, prior to proposal submission, offerors are required to provide representations and certifications electronically via www.bpn.gov/orca and be registered in the Central Contractor Registration at www.ccr.gov/. IMPORTANT: In order to facilitate the milestones set forth for this project, sequence of procedural activities, and the sequestering time of the Source Selection Evaluation Board (SSEB) offerors failing to submit the required Stage I data as required and on time will not be able to compete for this procurement. The Government will utilize a formal Source Selection process in accordance with FAR subpart 15.3, Best Value Continuum, FAR 15-101 and Tradeoff process FAR 15.101-1. Under this procedure technical evaluation factors will be significantly more important than cost or price, thereby magnifying the importance of each offerors past and present stated ability to perform at a very high rate of technical competence and to submit initial offers on the best terms possible. The procurement process is structured in three (3) Stages as follows: As Stage I of this procurement the GSA is soliciting assurance of bonding capability and capacity from qualified general contractors (GCs) desiring to compete in the procurement process for this construction project a statement from a bonding corporate surety, on their (the surety?s) letterhead, certifying their ability to obtain bonding capacity commensurate with the Estimated Construction Cost of Construction of $39,000,000. Corporate sureties offered must appear on the list contained in the Department of Treasury Circular 570 ?Companies Holding Certificates of Authority as Acceptable Reinsuring Companies or Acceptability of Individual Sureties? in accordance with FAR 28.202 and 203 (http://www.fms.treas.gov/c570/index.html) and technical evaluation factor data relative to this project as follows (ALL STAGE I DATA SHALL BE SUBMITTED, NO LATER THAN 30 DAYS FOLLOWING THE POSTED DATE OF THIS ANNOUNCEMENT, IN A SINGLE 3 RING BINDER AND THE CONTRACTOR SHALL PROVIDE 3 IDENTICAL BINDERS FOR THE SOURCE SELECTION EVALUATION BOARD.): (1) Past Experience: This factor requires the offerors to provide construction experience, on three (3) projects over the past seven (7) years with the cost range greater than 30 million dollars. The projects submitted should be those in which their firm provided, as a prime contractor, comparable construction services. For each project submitted, contractors will be required to provide the following information: 1) Name and location of the project 2) Description of Work 3) Construction Value 4) Gross square meters of project area 5) Actual work they performed under the scope of work 6) Also include 8 x 10 photographs, start cost, final cost, target completion dates, actual completion dates for each project and a supplemental narrative that elaborates on the firm?s capabilities and past experience relative to successful project delivery. The information submitted for each project shall be in narrative format with no more than two (2) 8 ? X 11 sheets and no more than 2 pages of photographs. (2) Past Performance: This factor requires offerors to describe their past performance for all construction projects submitted under the Past Experience evaluation factors in which they acted as a prime contractor in past 7 years. For each project submitted, the offeror shall address the following items in narrative format: a) Timeliness ? (Provide actual project completion versus original project schedule, and provide explanations of any time extensions/delays;) b) Cost Control ? (Provide actual project budget at completion versus award amount with an explanation of modifications and/or changes;) c) Quality ? (Explain the quality control process, any electronic ePM system used, and challenges and what processes were implemented to control those challenges;) d) Business Relations ? (Provide any awards, letters of commendation, recommendation and endorsement stemming from the work associated with the project and include any articles or published materials; ) e) Safety ? (Provide safety record narrative for the project including work hours for E1, work hours/indemnity and discuss the safety program,) and f) Continuity of Personnel ? (Discuss how project was staffed and what efforts were made to maintain key personnel throughout the course of the project) g) Overhead and Extended Overhead Cost Control ? what steps were taken to manage basic overhead costs and extended overhead costs, if there were any on the projects provided. For each project provide a single Owner reference, with reliable name, phone number and address of reference who can speak to the type and quality of services you provided. The Government will expend a reasonable amount of time attempting to contact references. An inability to be able to contact your references will affect your scoring negatively. GSA reserves the right to view and consider other references such as other GSA Regions, Federal Agencies, NIH system, etc. Past Performance information shall not exceed 8 single-sided typewritten pages for each project. (3) Key Personnel Data: Key personnel are considered as follows for the prime contractor: a) Project Executive, b) Project Manager, c) Assistant Project Manager d) Project Superintendent and e) Project Scheduler. This will require that the offerors provide a narrative summarizing why they have selected these individuals for this project. Further, no more than a 2 page resume shall be provided for each of the aforementioned key personnel summarizing their qualifications, professional designation, years of experience, skills, specific assignments, and other significant information that relates specifically to construction projects of this magnitude. Stage II- Following the receipt of the offeror?s Stage I data, offerors responding accordingly, will be mailed a Request for Proposal (RFP) ON OR ABOUT May 14, 2007, requesting additional technical data as well as pricing based on 100% Design Documents, to be provided under separate cover. (4) Cost and Value Added Concepts: Offerors are to develop written comments and ideas written comments and ideas reflecting a thorough review of the 100% documents and shall also provide comments and ideas regarding the coordination of documents; confirm that cost effective practices are being proposed from both a construction and maintenance perspective; review appropriateness of construction events and sequence; review details and system design for clarity of design intent. Written comments developed by offerors shall be submitted in a consolidated and organized manner for review, consideration and possible implementation. Offerors will be given credit under this factor for the depth and breadth of their ideas. Responses to this evaluation factor become property of the Government with no recompense to the offerors. (5) Team and Project Management-Management Approach Specific to the U.S. Courthouse Project in Ft. Pierce, Florida. - Offeros are required to provide a Quality Control Plan (QCP); staffing plan; safety, preliminary network schedule, methods of tracking and controlling project costs, e-pm system, problem solving, site development/staging plan, hazardous materials abatement, and permitting associated with stormwater and environmental processes. A shortlist will be established at this point based on pricing data and technical scoring. A list of at least two but not more than five qualified offerors will be selected to participate in the final stage III of this procurement based on technical scoring and pricing. Offerors will be required to submit a subcontracting plan at this stage in accordance with FAR Part 19. Stage III- (6) Oral Presentation and Team Interview -Following the scoring of Stage I and II data and the establishment of the shortlist, the short listed participants will be required to present a timed oral presentation, in accordance with FAR 15.102, whereby the offerors will provide a 45 minute oral presentation in which they present what they perceive to be the key elements in managing this project from start to finish. The participants will introduce the actual Project Executive, Project Superintendent, Project Scheduler and Project Manager and Assistant Project Manager for the project. The government will have a question and answer session of 30 minutes following the presentation. During this stage the participants will be required to submit their final price for the project and mandatory subcontracting plan in accordance with FAR Part 19. Project cost and/or price may not be a part of the oral presentation. The SSEB will then combine the price, submitted under separate cover, along with the prior and current technical scores from this stage to select the participant that offers the best overall value to the Government. The Government intends, at this point, to make award without discussions in accordance with FAR 15.306-3 and as a result, award a Firm Fixed Priced contract to the offeror selected as the best value. Again, all Stage 1 requested data must be submitted no later than 30 days following the posting date of this announcement to the attention of Mr. Ron Butler, Contracting Officer, General Services Administration, Real Estate Design and Construction Division (REDC), 25th Floor-Suite 2513, 401 West Peachtree Street, N.W, Atlanta, GA 30308 and must contain a name (Point of Contact), address and phone number. Late and/or incomplete submissions will be handled in accordance with FAR 52.214-7 throughout this entire three stage process and may render the offeror ineligible for further participation. A Pre-proposal Conference has been scheduled for May 23, 2007, between 10 and 12 noon, with offerors to entertain inquiries concerning the scope of work and related issues and a Socio-Economic Program Meeting/Industry Day Session has been scheduled from 1:00 p.m. to 3:00 p.m on May 23, 2007. Both meetings to take place in the Fort Pierce City Hall, 1st Floor Commissioner Chambers, NE corner of U.S. Highway 1 and Orange Avenue, Fort Pierce, Florida. In accordance with FAR Part 19, large businesses are required to submit a subcontracting plan which demonstrates a proactive effort to achieve the following minimum small business goals for all subcontracted work: Total Small Businesses (56.15%), Small Disadvantaged Businesses (6%), Small Women-Owned Businesses (10.52%%), Service-Disabled Veteran (2.6%) , Section 8a (8.23%) and Hub Zone (7.61%). This subcontracting plan will be requested with Stage II submissions. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.214-7. Again, electronic submissions are prohibited throughout this entire process unless otherwise specified in subsequent documents. Short-listed firms will be posted in this publication following their selection. Award of this contract is contingent upon funding approval. THIS IS A REQUEST FOR STAGE I DATA ONLY.
 
Place of Performance
Address: Fort Pierce, Florida
Zip Code: 34946-0001
Country: UNITED STATES
 
Record
SN01270415-W 20070412/070410221522 (fbodaily.com)
 
Source
FedBizOpps 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.