Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550

Y -- NEW CONSTRUCTION FOR THE NEW U. S. COURTHOUSE, LONDON, KENTUCKY SOL GS-04P-00-EXC-0001 DUE 120999 POC Laurie Chestnut, Contract Specialist, 404/331-4368 E-MAIL: ERROR --, laurie.chestnut@gsa.gov. NEW CONSTRUCTION for the proposed New U. S. Courthouse to be constructed on a site bounded by East Third Street, South Main Street and East Second Street in downtown London, Kentucky. The scope of services by the General Contractor shall include, but not be limited to, all labor, equipment, materials, tools, transportation, temporary construction and supervision to completely construct the proposed New U. S. Courthouse. The facility will be occupied by the U. S. District Court, U. S. Circuit Court, U. S. Magistrate Court, U. S. District Attorney, U. S. Probation Office, U. S. Marshal Service, and other Federal Agencies. The proposed facility is approximately 86,180 gross square feet (8,009 square meters) while containing approximately 58,481 occupiable square feet (5435 square meters). The facility will consist of the following: two (2) U. S. District Courtrooms, chambers for two (2) U. S. District Judges, one (1) U. S. Magistrate Courtroom, chamber for one (1) U. S. Magistrate Judge and chamber for one (1) U. S. Circuit Court Judge; office space for the U. S. District Court Clerk of Court Offices, grand jury suites, jury assembly areas; U. S. Marshals Service office space, sally port and detention cells; hearing rooms; conference and training rooms; and other general office areas. Funds are not currently available for this project. The estimated construction cost range for this project is between $10,000,000 and $18,000,000. This procurement is being solicited on an unrestricted basis and is opened to participation by both qualified large and small business concerns. Offers from large business firms must comply with FAR 52.219-9, the requirement for submission of a Small Business Subcontracting Plan. The applicable Standard Industrialized Classification Code for this procurement is 1542 with a Small Business Size Standard of $17 million. The Government intends to procure these services utilizing source selection procedures in accordance with FAR Part 15. The project will be in Metric Units of Measure. Thebest value continuum concept will be utilized for evaluation of offers and selection of the successful offeror; therefore, award may not necessarily be made to the lowest price offered or the highest technically rated offeror. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The following evaluation factors will be evaluated as follows: 1) Firm's Past Performance in Providing Similar Construction Services (400 Points) -- Demonstrates its past performance by listing at least three CONSTRUCTION projects that it, as a prime contractor, has performed. Demonstrates average past performance and ability in working in a non-adversarial relationship. Demonstrates compliance with subcontracting goals in past performance.; 2) Experience of Key Personnel in Providing Similar Construction Services (400 Points) -- Provides significant construction experience (five years) on similar projects in key position. Provides a complete and rational preliminary staffing plan.; 3) Firm's Past Experience in Providing Similar Construction Services (200 Points) -- Demonstrates its past experience by listing at least three CONSTRUCTION projects that it, as a prime contractor, has performed that are comparable.Bonding Capacity. Prior to award, the apparent awardee must provide a letter from a bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570-Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable reinsuring Companies or acceptability of Individual Sureties in accordance with FAR 28.202 and 203 that is commensurate with the price offered by the apparent awardee. Proposals should be in an 8 1/2 x 11 spiral bound format and should be organized to correspond to the aforementioned evaluation factors and submission requirements. The Standard Forms (SF) 254 and 255 may be utilized but are not required. If these forms are utilized, they must be current (reflecting a date not more than one year old from the month of this notice) and must include information responsive to the data requested in each section of these forms. Photographs may be incorporated with the text in sections 8 and 10 of the SF 255 if desired. The submissions shall contain an original and three copies of all material submitted. Solicitations will be available on or about November 9, 1999. Proposals will be due on or about December 9, 1999, no later than 4:00 p.m. (local time). Late submissions will be handled in accordance with FAR 14.304. Submissions shall be addressed to the attention of Laurie Chestnut, GSA, PBS Property Development Division, 4PCC, Suite 2500, 401 West Peachtree Street, N. W., Atlanta, GA 30365-2500. Inquiries should be directed to Laurie Chestnut, Contract Specialist, telephone 404/331-4368 or fax 404/730-9643. The apparent awardee (applicable to large businesses only), will be required to submit a Small Business and Small Disadvantaged Business Subcontracting Plan that reflects a proactive effort to achieve the minimum goals for all subcontracted work pursuant to FAR 19.705-4: Small Business (23%), Small Disadvantaged Business (5%), Small Women-Owned Businesses (5%) and HUBZone (1.5%). GSA does reserve the right to request an acceptable subcontracting plan from all Offerors after receipt of offers and prior to award. Posted 10/27/99 (W-SN395606). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0099 19991029\Y-0005.SOL)


Y - Construction of Structures and Facilities Index Page