Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030

GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room 3516, Chicago, IL 60604-1696

Y -- PRE-QUALIFICATION OF OFFERORS -- NEW CONSTRUCTION, NEW U.S. COURTHOUSE, CLEVELAND, OHIO, NOH94001 SOL GS05P98GBC0005 DUE 030698 POC Ben Burton, 312/353-4310 Y -- PRE-QUALIFICATION OF OFFERORS -- NEW CONSTRUCTION, NEW U.S. COURTHOUSE, CLEVELAND, OHIO, GS05P98GBC0005, NOH940001 This is a notice of intent to pre-qualify firms for Phase III -- Mechanical, Electrical and Interior Finishes of the New U.S. Courthouse, Cleveland, Ohio. The contractor for this project will be competitively chosen using Source Selection procedures. Phase III will consist of but is not limited to: All interior construction and finishes including all electrical, plumbing, HVAC, security, fire and life safety systems for twenty five stories of office and federal court functions. In addition, all plaza finishes including concrete paving, stone steps, handrails and ballards are included in Phase III. Spaces that will be constructed include courtrooms and Judge's Chambers, law library, general office, training rooms, limited function auditorium, toilet rooms, loading dock, lobbies/waiting areas, detention cell blocks, pistol range, fitness/exercise rooms, cafeteria and eating area. Finishes include carpet, terrazzo, tile, stone, GWM custom millwork, and ACT. Specialty work will include custom millwork, courtroom furniture, interior stone wall panels and benches. Options to the contract will include landscaping, paving, construction of retaining walls and earthwork required to create the cascading park from the lobby down to Canal Road and the construction of the pedestrian connector from Tower City's connector to lobby including structure, finishes, stair and elevator. Close cooperation with Phase II contractor is required. The Pre-qualification package for Phase III is planned for release in early March 1998. The solicitation will be forwarded to pre-qualified firms approximately in early September 1998, for contract award in approximately November 1998, and an anticipated construction start date in December 1998. The performance period from contract execution to project completion is approximately 733 calendar days. The resulting contract type shall be firm fixed-price, and the estimated value of construction is between $75,000,000 and $85,000,000. Funds are not presently available for contract award. Contract award is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. This project is in metric units of measurement. In order to obtain the solicitation packages (including drawings and specifications) and be eligible for award, offerors must "pre-qualify" by completing the Phase III "Pre-qualification Package". The criteria for contractor pre-qualification is listed in the pre-qualification package. Submittals will be evaluated by a Source Selection Board. The package contains a series of pre-qualification criteria which offerors must address in a written format, specifically addressing each individual qualification criterion and submit by closing date listed in the package. Offerors must submit sufficient background documentation to verify their ability to meet each of these criteria. Failure to address each of these criteria in writing will result in failure to pre-qualify. In addition, failure to meet the requirements of each and every one of these criteria fully or to provide the requisite background information will result in failure to pre-qualify. The criteria will be evaluated on a "Go/No-Go" basis. All firms will be advised within sixty (60) days of receipt of their applications as to pre-qualification status. Firms that pass the Go/No Go factors will be placed on the pre-qualification list. The pre-qualified list will remain effective for twelve (12) months from the date the list is established. The solicitation will only be provided to the pre-qualified firms. Selection for award will be made to the lowest price technically acceptable firm. Therefore, each pre-qualified offeror's price will be the only factor upon which proposals are compared to each other and price will be the sole basis for the final decision. Once pre-qualified, solicitations will be provided to only the pre-qualified firms. The Government reserves the right to select firms for the pre-qualification list on the basis of the initial submittals received, without holding discussions with the offeror, or may exclude an offeror if its initial submittal does not meet the criteria outlined in the Pre-qualification Package. Therefore, offerors should submit fully responsive submittals setting forth the most advantageous offer to the Government. However the Government reserves the right to conduct negotiations if later determined by the Contracting Officer to be necessary. The Pre-Qualification package is not a request for proposal. Pre-Qualification submittals will not be returned to submitters. Minimum requirements -- evaluated on a Go/No Go basis: 1. Statement from a bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570 entitled, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies," certifying offeror's bonding capability in the construction range over $75,000,000; 2. Proof offeror is registered in the City of Cleveland as a general construction contractor; 3. Brief written narrative of potential outreach efforts to utilize small, small disadvantaged and small woman-owned business concerns on this project; 4. Experience and past performance in providing general construction services on new construction for multi-phased, downtown high rise buildings, in the estimated construction range of more than $75,000,000. 5. Qualifications and experience of key personnel on new construction projects for multi-phased, downtown high-rise buildings in the estimated construction range of more than $75,000,000. 6. Management plan for general construction services on new construction projects for multi-phased, downtown high-rise buildings in the estimated construction range of more than $75,000,000. When responding to 4, 5 and 6 above, offerors must provide the project's name and location along with the owner's name, address, telephone number, and contact person, familiar with the firm, for each project described. Each offeror must demonstrate that it has the financial capability and resources to undertake a project over $75,000,000 and be able to obtain the required performance and payment bonds or bank letters of credit or guarantee. Each offeror must provide the name of a bank or other lending institution which the offeror intends to use in order to finance this project and provide credit references. In accordance with the Small Business Competitiveness Demonstration Program, this is open to all business concerns. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. Although this procurement is open to large businesses, small and minority-owned firms are strongly encouraged to participate. The government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. Large Businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, and small woman-owned business concerns. An acceptable Subcontracting Plan shall be agreed to prior to contract award to any large business. Joint Ventures: joint venture or firm/consultant arrangements will be considered and must demonstrate interdependency of the members to provide a quality team effort. The SIC code is 1542 and the criterion for a small business in this category is a concern with average annual receipts for the preceding 3 years not exceeding $17,000,000. Potential offerors having the capabilities to perform the services described herein are invited to request a copy of the Pre-Qualification package by submitting a one page letter on your company letterhead stating your interest in the project by mail or fax to the office and address listed by 4:00 p.m., Chicago time, March 6, 1998. Requests received after this date will be returned. Send your request letter to Ben Burton. Facsimile number is 312.353.9186. No phone calls will be accepted to request a pre-qualification package. Fax requests are preferred. Offerors shall submit an original and four copies of each document to the address listed above. Submittals will be opened privately. The number of proposals received, the identity of the offerors, or relative standing of any offer will not be disclosed. (0037)

Loren Data Corp. http://www.ld.com (SYN# 0135 19980211\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page