Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES

Notice Date
September 18, 2001
Contracting Office
GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102
ZIP Code
94102
Solicitation Number
GS-09P-01-KTC-0083
Response Due
November 5, 2001
Point of Contact
Elisa Sanchez, Contracting Officer (415) 522-3162
E-Mail Address
elisa.sanchez@gsa.gov (elisa.sanchez@gsa.gov)
Description
Design/Build Roofing Services, Chet Holifield Federal Building, 24000 Avila Road, Laguna Niguel, CA -- Solicitation Number GS-09P-01-KTC-0083, Response Date: November 05, 2001 at 2:00 P.M. General Services Administration, Public Buildings Service 450 Golden Gate Avenue, 3rd Floor West, San Francisco, California 94102-3434 Design/Build Roofing Services SOL GS-09P-01-KTC-0083, DUE DATE: NOVEMBER 05, 2001 at 2:00 P.M., Point of Contact: GSA Contracting Officer, Elisa Sanchez, Telephone (415) 522-3162, Facsimile: (415) 522-3316; E-Mail: elisa.sanchez@gsa.gov The General Services Administration (GSA) announces an opportunity to provide design-build services for the renovation of the Chet Holifield Federal Building at 24000 Avila Road, Laguna Niguel, California. The funding for this project is subject to congressional approval. The building to be renovated is a 7-story ziggurat shaped building, with 6,198 exterior parking spaces and 2 interior spaces. The gross area of the building including the basement level is approximately 950,000 GSF. The approximate roof surface area is 530,000 SF. The building is currently occupied by Federal Executive agencies, notably the IRS, INS, SSA, NARA, DOD, and GSA. The scope of design and construction work for this project requires new roofing throughout (considering various types of roof surfaces already existing: built up tar & gravel, deck coatings, helicopter pad deck coating, landscaping, rock bedding, childcare decking, cafeteria decking, freight decking, and other) and also requires improvement of the drainage on all floors. Asbestos, lead based paint (LBP) abatement, and clearance testing will be required, wherever disturbed by this construction project. The building will be designed in English system of measurement with equivalent soft Metric dimensions indicated in brackets. The estimated total design/build cost is in the range of $5-7 million. The building will be fully occupied during the construction phase, therefore effective logistical planning of all construction work should be considered for the tenants, with minimum disruption to their daily operation, is of paramount importance. The noise and dust levels must be kept within manageable limits. The design of the project is tentatively scheduled to start in January 2002 with a completion scheduled for December 2004. However, the selected Offeror will be required to establish the optimum schedule and duration of the design-build project, considering also work stoppages for the rainy season(s), typically between November and March. The scope of the Design-Build Services includes, but is not limited to, the following: (1) Preparation of the design and construction documents; (2) Procurement and staging of construction material and equipment; (3) Construction of the project; (4) Documentation of as-built design and construction documents. The acquisition will implement a "Two Phase" selection process. The Design/Builder selection will be completed in two phases as follows: PHASE ONE (1) will identify those firms which are highly and technically qualified. A maximum of five (5) firms will be selected for consideration for PHASE TWO (2). The short list will be based on the firms' submittals in response to the "Request for Qualifications" (RFQ). The Phase Two (2) submission is the basis of making the final selection. Those firms will be required to prepare fully developed technical and price proposals. Any entity interested in the advertised project must submit a letter of intent prior to the pre-submittal conference, which will be held on October 16, 2001 at 9:00 AM at the Chet Holifield Federal Building, 24000 Avila Road, Laguna Niguel, CA. Submit your letter of intent by FAX (415) 522-3316 Attention: Elisa Sanchez, Contracting Officer or Mail to GSA, Property Development Division (9PCS) 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102-3434. Phase One of the acquisition process will solicit information from the offerors to determine their background, technical and managerial qualifications, resources and capabilities. From the pool of offerors, a maximum of five (5) firms will be short-listed for further consideration in Phase Two. Each offering firm will be evaluated for the quality and thoroughness of its response to the GSA Request-for-Qualification (RFQ). A project selection board, formed for this project by GSA, will evaluate and short-list the offering candidates. Phase Two: In Phase Two of the acquisition process, the short-listed firms will prepare and submit fully developed Technical and Price proposals. The Government does not allow providing any stipend for the preparation of proposals by the offerors. The offeror for this project can be a joint venture, partnership, corporation, association or any other legal entity with collective contractual responsibility to perform the project. If the offeror is an entity comprised of more than one firm, the identity and credentials of the firms will be evaluated separately and as a whole. The short-listed firms will submit Standard Forms 254 and 255 for the entire project team for the final selection process. Sufficient time will be provided for the Design/Builders to establish project teams. Selecting an offeror is not restricted to any specific geographic area. However, in developing the project team required for Phase Two, Design/Builders are advised that a majority (over 50%) of the design/build contract effort must be performed within the area of geographical limitation defined as the State of California. The Design/Builders must have a functional office in the State of California. In response to the Phase One RFQ, an interested offeror must submit: 1. A letter of intent for the advertised project; 2. Pertinent description, performance record, pictures and references for three to five projects carried out by the offeror in the past seven years, projects that were roughly comparable to the advertised project in purpose, size, scope and cost; 3. Six sets of completed Standard Form 254 for the personnel proposed to design and construct the advertised project; 4. Names, addresses and telephone numbers of the owner representatives for each project previously completed by the offeror; 5. Explanation for delays and liquidated damages in any of the previous projects; 6. Resumes of the proposed key design and construction personnel; 7. Offeror's management plan (maximum two pages) for the advertised project; 8. Proof of offeror's financial stability; 9. Proof of offeror's bonding capacity; 10. Release forms authorizing GSA to obtain information on the previously completed projects;. Every offeror will be evaluated in the following categories: I. Past Performance (35%): Evaluates: (a) similarity between this project and other projects performed by the offeror; (b) quality of previous work; (c) budget and schedule compliance; (d) working relationship with owner representatives; and (e) ability to respond within 24 hours for any warranty work. Any comparable project indicated by the offeror, must be at least 50% complete in order for it to be considered for this evaluation. II. Organization (25%): Evaluates: (a) the offeror's organization and track record, organizational credentials, management philosophy; (b) credentials, experiences and assigned responsibilities of the corporate managers; (c) general corporate ability to complete projects on time and within budget; (d) current workload; and (e) the proposed management plan for this project. III. Proposed Project Design and Construction Teams (40%): Evaluates: (a) the proposed project team; (b) background, credentials and experiences of the design and construction consultants and contractors, the design leader, the project managers, and other team members; (c) experience of team members with projects similar to this project; (d) proposed geographic location (s) of the project team; (e) time line of the project team's involvement throughout the project duration; (f) availability of the project team members for work, when indicated. Interested Design/Builders having qualifications to meet the requirements are invited to submit completed SF 254's along with a letter of intent (identifying this announcement by Solicitation Number GS-09P-01-KTC-0083. Deliver or mail six (6) copies of submittals to Ms. Elisa Sanchez, General Services Administration, Property Development Division (9PCS), 3rd Floor West, 450 Golden Gate Avenue, San Francisco, California 94102-3434. All submittals for Phase One are due on November 5, 2001 at 2:00 P.M., Pacific Standard Time. Upon completion of Phase One short listing, the Government will inform the short-listed firms of the Phase Two proceedings including interviews, interview schedules and the final selection criteria. This procurement is being made under the Small Business Competitiveness Demonstration Program. Although this procurement is open to large businesses, small and minority businesses are encouraged to participate. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practical extent with small and disadvantaged contractors as part of their original submitted teams. Before award of the contract the Design/Builder (if not a small business having an average gross receipts of $4M during each of the past three fiscal years) is required to submit an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Offerors are invited to attend a pre-submittal conference to discuss project requirements and the selection process. The conference will be held at the Chet Holifield Federal Building, Laguna Niguel, CA on October 16, 2001 at 9:00 A.M. Offerors are requested to notify the Contracting Officer, Elisa Sanchez by calling (415) 522-3162 or send e-mail to elisa.sanchez@gsa.gov of the names of attendees. A walk through of the project site will be held after the conference. Award of the contract is contingent upon funding approval. This is not a request for FEE PROPOSAL. For more information, please contact Ms. Elisa Sanchez at (415) 522-3162.
Record
Loren Data Corp. 20010920/YSOL002.HTM (W-261 SN50Y006)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com