Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
PRESOLICITATION NOTICE

Y -- Design-Build, New U.S. Courthouse, Cape Girardeau, MO

Notice Date
12/19/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS-06P-02-GZC-0518
 
Response Due
2/27/2002
 
Point of Contact
Menard Smith, Jr., Contracting Officer, Phone (816) 823-4912, Fax (816) 926-3571, - Menard Smith, Jr., Contracting Officer, Phone (816) 823-4912, Fax (816) 926-3571,
 
E-Mail Address
m.o.smith@gsa.gov, m.o.smith@gsa.gov
 
Description
This is a draft description for an opportunity to provide Design-Build (D-B) Services Contract for a new United States Courthouse in Cape Girardeau, MO -- Solicitation Number GS-06P-02-GZC-0518. The request for proposals (RFP) solicitation is expected to be issued within 10 days. Point of Contact: GSA Contracting Officer, M.O. Smith, Jr., Telephone, (816) 823-4912; Facsimile, (816) 926-3571; E-Mail, mo.smith@gsa.gov and GSA Project Manager, Dennis Miller, Telephone, (817) 978-4317; Facsimile, (817) 978-6152; E-Mail, dennis.miller@gsa.gov. As described below, this is a two stage selection process. Stage I will involve response to criteria as described in the solicitation. Three offerors may be selected at the end of Stage I to participate in the Stage II. Stage II will involve response to criteria as described in the solicitation and will involve elements of a design competition. One offeror may be selected to receive award for the design build contract at the end of Stage II. This is not a request for proposals; however, interested parties may submit written request to the Contracting Officer to be placed on the bidders' mailing list to receive copies of the Stage I RFP upon issuance. GSA expects to publish bidders' mailing list on www.FedBizOpps.gov on a weekly basis. Parties interested in receiving synopsis of the solicitation, updated Bidder Mailing List as well as any Amendments to the solicitation should register with FedBizOpps at http://www.eps.gov/EPSVendorRegistration.html using Solicitation No. GS06P02GZC0518. Project Summary: The project consists of designing and constructing a new building of approximately 14,307 square meters gross (154,000 S.F.) including inside parking for 24 vehicles while containing 8,863 occupiable square meters (95,400 S.F.) and surface parking for 120 vehicles on a four acre site located in the downtown area of Cape Girardeau, Missouri. The Government will furnish the site. The Government desires this building to be a distinguished addition to the Central Business District of Cape Girardeau. The design should be an expression of the American architectural tradition and a visual testimony to the dignity, enterprise, vigor and stability of the American government. The objective of the selection process is to select an excellent designer and firm supported by highly qualified design professionals who will produce a building that exemplifies design excellence. Total estimated cost of services is $35,000,000 to $45,000,000. The D-B contractor will be competitively chosen using Advisory Multi-step and Source Selection procedures. Submit requests for Stage I RFP to the Contracting Officer. A Pre submission conference is planned for mid-January 2002. Proposal Submissions: Proposals will be evaluated using a two-stage process. For this contract, tradeoffs and technical/management factors, when combined, are significantly more important than cost or price. The Government intends to disclose proposals received in response to this solicitation to non-government evaluators. Each evaluator will sign and provide to GSA a "Conflict of Interest Acknowledgment and Nondisclosure Agreement." Under Stage I, offerors must submit information to identify the offeror as an individual or as a legal business entity. The offeror shall identify the Builder and the Design Team that will provide services for the D-B and furnish qualifications and information to fulfill the Stage I proposal requirements. If the offeror is not a small business, a small business subcontracting plan must be submitted with the proposal for the design team with offer for stage I; the D-B will be required to provide the maximum practical opportunities to small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 40 percent total for Small Business (SB), which includes 7 percent for Small Disadvantaged Business (SDB), 5 percent for Woman-Owned Small Businesses (WOSB), 2.5 percent for HUBZone Small Business (HUBZone SB) and 3 percent for Veteran-Owned (Including Service Disabled) Small Business (VOSB). The Government will evaluate all responses in accordance with the criteria stated in the Stage I RFP, and will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The Government will advise respondents considered not to be viable competitors of the general basis for that opinion. Three offerors will be invited to participate in Stage II. Stage II will involve elements of a design competition between the Stage II offerors. Only offerors invited by the Government to participate in Stage II may qualify for a stipend payment to help defray proposal development costs. The stipend payment is conditional upon receipt of a fully developed Stage II proposal. Only one stipend payment will be made to each offeror, even should the Offeror choose to submit multiple proposals. Stipend distribution will occur after contract award of the D-B contract. Offerors responding to Stage II must submit a complete subcontracting plan for both the design and construction services. An acceptable subcontracting plan must be agreed to before contract award. This is not a request for a proposal.
 
Place of Performance
Address: Cape Girardeau, MO
 
Record
SN20011221/00008739-011220091130 (fbodaily.com)
 

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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.