Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2001 PSA #3005
SOLICITATIONS

Y -- CAPITOL VISITOR CENTER, SEQUENCE 1B, STRUCTURAL PACKAGE INCLUDING CONCRETE STRUCTURE, STEEL STRUCTURE, WATERPROOFING, ELEVATOR HOLES AND TUNNELS

Notice Date
December 21, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Realty Services District (3PC), The Wanamaker Building 100 Penn Square East, Philadelphia, PA, 19107-3396
ZIP Code
19107-3396
Solicitation Number
GS-03P-02-AOC-0002
Response Due
February 21, 2002
Point of Contact
Daniel Correnti, Contracting Officer, Phone (215) 656-6152, Fax (215) 656-5839, Email dan.correnti@gsa.gov -- Daniel Correnti, Contracting Officer, Phone (215) 656-6152, Fax (215) 656-5839, Email dan.correnti@gsa.gov
Description
In conjunction with the General Services Administration, the Architect of the Capitol (AOC) announces an opportunity for Construction Excellence in Public Buildings and the intent to issue a Request for Proposals (RFP) for Construction Services for The United States Capitol Visitor Center (CVC) and related work in and around the Capitol Building, Washington, DC. The CVC will greatly enhance the experience of visiting the U.S. Capitol building. Not only will it provide new educational opportunities for visitors but it will also improve security, accessibility and visitor comfort. As designed, the CVC will complement the Capitol building and its surroundings and will become a seamless addition to the Capitol complex. The CVC will be located underground on the East Front of the Capitol, so as to enhance rather than detract from the appearance of the Capitol and its historic Frederick Law Olmsted landscaping. When completed, the CVC will contain approximately 580,000 square feet on three levels, requiring approximately a 196,000-square-foot excavation, or "footprint," on the East Front of the Capitol. The CVC will include space for exhibits, visitor comfort, food service, two orientation theaters, an auditorium, gift shops, security, connections to existing buildings, service tunnels for underground vehicle access to the Capitol, loading docks, mechanical facilities, and storage. The CVC will preserve and maximize public access to the Capitol while greatly enhancing the experience for the millions who walk its historic corridors and experience its monumental spaces every year. This solicitation will address only a portion of the work required to complete the CVC, as noted below. The Architect of the Capitol will utilize a ?best value? source selection process to enable selection from among high quality contractors for this procurement. The project will be constructed in sequences and requires extensive coordination between this contractor and contractors of prior and subsequent sequences of the work as well as with contractors performing other AOC projects in the immediate vicinity of the project. This advertisement is for SEQUENCE 1B of the project which includes, but is not limited to, CONCRETE STRUCTURE INCLUDING SLAB ON METAL DECK AND THE WORKING SLAB BELOW THE SITE PAVERS, STEEL STRUCTURE, WATERPROOFING, ELEVATOR HOLES, AND TUNNELS INCLUDING THE TRUCK TUNNEL TO NEW JERSEY AVENUE, THE LIBRARY OF CONGRESS TUNNEL, THE HOUSE CONNECTOR TUNNEL AND THE UTILITY TUNNEL OUT EAST CAPITOL STREET. The estimated construction cost for SEQUENCE 1B is in the range of $40 to $55 million. The Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet AOC requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. The solicitation for Sequence IB will be issued in two (2) phases. Phase I will be for technical proposals and will include a set of draft specifications and drawings. It will be available on or about 01/21/2002. UNDER THIS PHASE THE GOVERNMENT WILL EVALUATE PAST PERFORMANCE, TECHNICAL AND MANAGEMENT CAPABILITIES. OFFERORS WILL BE ADVISED OF THEIR TECHNICAL STANDING PRIOR TO ISSUANCE OF PHASE II, WHICH WILL BE A REQUEST FOR OFFERORS OF HIGH TECHNICAL STANDING TO SUBMIT PRICING PROPOSALS BASED UPON COMPLETED SPECIFICATIONS AND DRAWINGS. Phase II of the solicitation will be issued approximately 45 days after receipt of proposals for Phase I. The government will award a fixed-price contract after evaluation of Phase I and Phase II proposals resulting from this solicitation to the responsive and responsible offeror determined by the government to be the ?best value? to the government. Under this solicitation, Technical factors when combined are significantly more important than price, but no specific numerical weight will be assigned to price for evaluation purposes. The contract documents will also specify the methodology for negotiating change orders. Competitive formal source selection procedures will be used in accordance with FAR 15. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. The government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. Therefore, proposals should be submitted initially on the most favorable terms. NOTE: Firms submitting technical and price proposals will not be compensated for proposal preparation costs. To be considered for final award, potential offeror must submit proposals per the RFP to BOTH the Technical/Management/Past Performance and Price on the due dates established. A pre-proposal meeting and site visit will be held on January 28th at 10:00 AM at the Library of Congress, Thomas Jefferson Building, Room 119, Washington, DC. The RFP Phase I will be issued by the Contract Specialist at GSA, Mid Atlantic Region in Philadelphia, PA, and posted electronically on the www.fedbizops.gov website. Hard copies of the draft specifications and drawings and RFP Phase II, Technical Specifications and Drawings will be issued by the AOC, Washington, DC. In order for potential offerors to be placed on the bidders list for hard copies, respondents must submit a written request via fax to Cal Durgin, (202) 228-2073 or e-mailed to cdurgin@aoc.gov. Requests from prime contractors must include a letter from the surety stating their capacity for bonding in amounts covering the estimated prices cited above. Any questions regarding this synopsis may be directed to Cal Durgin, CVC Contract Specialist, at (202) 228-2370 or Dan Correnti, GSA Contract Specialist, at (215) 656-6152. This procurement is being conducted under full and open competition on an unrestricted basis under NAIC code 233320.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/3PC/GS-03P-02-AOC-0002/listing.html)
Record
Loren Data Corp. 20011226/YSOL008.HTM (D-355 SN5158H8)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 21, 2001 by Loren Data Corp. -- info@ld.com