Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2004 FBO #0927
SOLICITATION NOTICE

R -- Construction Management Services For IRS Kansas City Campus Consolidation

Notice Date
6/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GS06P04GZC0006
 
Point of Contact
Carol Watkins, Contract Specialist, Phone (816) 823-4906, Fax (816) 823-2096, - Carol Watkins, Contract Specialist, Phone (816) 823-4906, Fax (816) 823-2096,
 
E-Mail Address
carol.watkins@gsa.gov, carol.watkins@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
CONSTRUCTION MANAGEMENT SERVICES FOR IRS KANSAS CITY CAMPUS CONSOLIDATION Solicitation Number: GS06P04GZC0006 Main Post Office, 315 W. Pershing Road, Kansas City, Missouri. Pre-Solicitation Notice. This solicitation is set aside for exclusive small business participation, in accordance with FAR 19.502-2. The NAICS code is 236620, and the small business size standard is $28,500,000. Offers received from business concerns that do not qualify as a small business concern shall be considered nonresponsive and shall be rejected. The purpose of this source selection procurement is to select a Construction Management (CM) contractor for GSA?s IRS Kansas City Campus Consolidation at the Main Post Office, 315 W. Pershing Road, Kansas City, Missouri. The Request for Proposal (RFP) will include a general scope of work, specifications, the solicitation provisions, the proposal submittal requirements and the evaluation factors. The RFP will be issued on or about June 23, 2004. Estimated cost range is $1,000,000 -- $4,000,000 for the base year and up to three option years. The options will be exercised if the Government chooses, and if the CM contractor?s performance is satisfactory. Award is expected to be made in August 2004 for the base year. This contract is limited to only those firms having an existing CM services contracting office in the state of Iowa, Kansas, Missouri or Nebraska and such office shall have been in operation as of the date of this notice. Additional preference will be given to those firms having an existing CM services contracting office in the Kansas City Standard Metropolitan Statistical Area (SMSA) and such office shall have been in operation as of the date of this notice. The SMSA includes the Kansas counties of Franklin, Johnson, Leavenworth, Linn, Miami, and Wyandotte; and the Missouri counties of Bates, Caldwell, Cass, Clay, Clinton, Jackson, Lafayette, Platte, and Ray. Contractors working with or for the Developer/Lessor or its subcontractors will not be allowed to compete in this solicitation. The existing Main Post Office has been acquired by DST Realty as Developer/Lessor. The building will be completely renovated. The Government, as Lessee, is contracting for a 1,140,000 rentable square foot lease. The remaining square feet and parking will be build-to-suit. GSA will manage the Lessor/Developer?s performance of the lease requirements. The selected CM will be responsible for the following activities, which are not limited to: design; procurement; construction; and post-construction phase services. Design phase services include design reviews of the drawings and specifications; verification that the completed design complies with GSA standards, applicable codes, and is within the scope of work identified for the project. Construction phase services include inspection of work performed by the general contractor for conformity with contract requirements; monitoring review and approval of submittals required by the contract documents; monitoring the budget for the entire project to maintain an accurate cost picture of the project; providing reports comparing budgeted costs with current cost estimates; and reviewing Lessor?s cost estimates to ensure the project can be completed with available funds. This phase also includes review and monitoring of the schedule; chairing meetings and maintaining meeting minutes; preparing reports; notifying GSA of problems and issues that arise; and providing independent cost estimates for lease contract modifications. Post-construction phase services include deficiencies and omissions inspections, maintaining as-built drawings; and support for other post-construction phase activities. GSA anticipates the award of a negotiated firm fixed price contract using source selection procedures to obtain the greatest value for the Government. The Government intends to use the ?trade-off process? in selecting the contractor. The ?trade-off process? is a method of evaluating technical qualification factors specified in the solicitation, and then price, with the goal being to select the proposal that is most advantageous to the Government in terms of both technical qualifications and price. For this procurement, technical qualifications are more important than price. Proposals will be evaluated in two stages. Stage one will consist of technical evaluations. Stage two will consist of price evaluations. Offerors must submit their technical proposals and price proposals at the same time, but in separate packages. Technical proposals will be evaluated using the following technical factors, in order of importance: 1) Past Performance of the firm; 2) Qualifications of Proposed Personnel; and 3) Management Plan. Proposals will first be evaluated for technical qualifications. After all proposals have been evaluated for technical qualifications, price proposals will be opened and separately evaluated. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. The price factor is not as important as the technical evaluation factors. However, as proposals become more equal in their technical merit, the evaluated cost or price becomes more important. Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality service. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals and establish a competitive range if necessary. The evaluation team will comply with the GSA Source Selection Policy with respect to nondisclosure, conflict of interest, safeguarding of data and any other regulatory or statutory requirement therein stated or referenced. Award of a contract will be contingent upon funding approval. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution (FEDTeDS). GSA, PBS, Property Development Division, Administrative/Procurement Services Branch (6PCA), will no longer mail hardcopies of solicitations and amendments. The solicitation (specifications) and its amendments will only be available through a link in www.fedbizopps.gov to the Federal Technical Data Solution (FEDTeDS) website. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov <http://www.ccr.gov>) and then with FEDTeDS (www.fedteds.gov <http://www.fedteds.gov>). As the General Services Administration implements FEDTeDS, solicitations will continue to be available through the government-wide point of entry (www.FedBizOpps.gov) but the sensitive but unclassified acquisition related information (specifications) will only be available through links to FEDTeDS. Offerors are responsible for producing their own print sets for their own use. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors must supply the following information: 1. Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company's CCR Point of Contact; 2. Your Company's DUNS Number (800-333-0505 if you do not have one) or CAGE Code; 3. Your Company?s Tax ID Number; 4. Your Telephone Number; and 5. Your E-Mail Address. Your CCR registration should take approximately 48 hours for processing and activation. Once you have registered with CCR you may then register with FEDTeDS to view solicitations. No federal materials can be downloaded until you have registered under both sites. You may register with FEDTeDS via the following URL https://www.fedteds.gov/. If you have not used the site previously, please go to "Register with FedTeds" and read the Vendor User Guide. The official plan holders list will be based on only those requesting specifications through FedTeDS. A pre-proposal conference is not anticipated. Proposals shall be received at GSA on or about July 23, 2004. Specific date, time and location shall be specified in the RFP, expected to be available when the solicitation is posted on www.fedbizopps.gov on or about June 23, 2004. Only one proposal may be submitted by each offeror. Proposals submitted should be acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The RFP specification will be available by link via the Solicitation. The list of plan holders will be based only on those requesting the proposal documents via FEDTeDS (see above) through the link contained in this announcement. Those requesting specifications must first register at www.ccr.gov. Contact Carol Watkins, Contracting Officer, for questions concerning this announcement at 816-823-4906 or fax her at 816-823-5523. Technical questions should be directed to the Project Manager, Doug Benton, at 816-823-4601, or fax at (816) 823-5906.
 
Place of Performance
Address: 315 West Pershing Road, Kansas City, Missouri
Zip Code: 64108
Country: USA
 
Record
SN00600399-W 20040610/040608212718 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.