Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SOLICITATION NOTICE

Y -- Construction Contracts 1 and 2 for the Training Center in VA

Notice Date
12/19/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
Training_Center_in_VA_Contracts_1_and_2
 
Archive Date
2/13/2015
 
Point of Contact
Kimberly A. DeSant, Fax: (215) 209-0548
 
E-Mail Address
kim.desant@gsa.gov
(kim.desant@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation will result in two (2) separate contracts, herein known as Contracts 1 and 2. Both contracts are described in greater detail in the paragraphs below. Both contracts will include Two Step source selection procedures. Contracts 1 and 2 will include the same Step 1 source selection factors. As a result, contractors will only need to submit one Step 1 technical proposal in order to be considered for Contracts 1 and 2. However, Contracts 1 and 2 will contain different Step 2 source selection factors. The requirement of these projects is for the procurement of construction firms to provide all labor, material, equipment, and supervision necessary for construction of a new Training Center located in Virginia. The new Training Center includes a combination of classroom/administrative facilities and hands-on special spaces such as simulation labs, fitness center, high-speed driving tracks, indoor/outdoor firing and explosive ranges, mock urban environments, and other entities that will be constructed on approximately 1,400 acres in Virginia. The work anticipated under these contracts consists of site preparation, installation of utilities and infrastructure, demolition, roadway construction, tactical venue construction, office and classroom construction, and driving track construction. The work is phased to deliver training venues for use in training as early as possible. Any general contractor and subcontractor who require access to classified information must also have a Secret facility clearance and provide specific individuals (in designated disciplines) with Secret personnel security clearances. The general contractor and subcontractor are responsible for the cost of obtaining the clearance(s). Offerors may submit proposals for Contract 1, Contract 2 or both. Contract 1 consists of venues that may be pre-manufactured; will need minimal site work or infrastructure, or which may be placed utilizing temporary infrastructure. Contract 1 includes an explosives demonstration range, live-fire shoot house, mock outdoor urban training (MOUT) area, rappel tower, tactical maze, and smoke house. Included with each venue are associated site-work and infrastructure necessary for general accessibility to the site parcels, and integration of utilities and infrastructure shared in common with off-site venues and other facilities. The estimated cost range of this project is over ten million dollars ($10,000,000.00), will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). The successful offeror will be required to utilize GSA's computer software ePM system (Electronic Project Management) to communicate with the entire team regarding the status of contract administration issues. Award for Contract 1 is expected to be made in late June 2015. The contract period will be approximately 365 calendar days. Contract 2 includes a Base and Option and consists of venues that will require minimal site work or infrastructure. The Base includes a 25-Meter indoor firing range, 100-Meter baffled indoor/outdoor tactical range, and tactical training building. The Option includes an administration office and classroom building, two high-speed driving tracks, mock urban driving track, unimproved road driving course, vehicle maintenance shop, post blast training range, site-work for balance of the site, and infrastructure for all venues previously constructed and for those to be constructed, up to the point of the building connection. The estimated cost range of this project is over ten million dollars ($10,000,000.00), will be a firm fixed price type contract, and the procurement method will be a competitive negotiated Request for Proposal (RFP). The successful offeror will be required to utilize GSA's computer software ePM system (Electronic Project Management) to communicate with the entire team regarding the status of contract administration issues. Award for the Base is expected to be made in late December 2015. The contract period for the Base will be approximately 365 calendar days. Award for the Option is expected to be made early in April 2016. The contract period for the Option will be approximately 445 calendar days. A source selection/best value method will be applied for evaluation of offers and selection of the successful Offeror(s) for the procurement of Contracts 1 and 2. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being more important than price. The solicitation will require offerors to initially submit a Step 1 technical proposal. The same Step 1 technical proposal will be evaluated for Contracts 1 and 2. The technical proposals will be evaluated to determine technical acceptability. The second phase will consist of GSA's notification to all firms as to their technical rating. The third phase will consist of GSA's request of offerors to provide Step 2 technical proposals, as well as price proposals, for Contract 1. For the fourth phase, Contract 1's Step 2 technical proposals and price proposals will be received and reviewed. If award is not made on initial offers, the fifth phase includes a competitive range of offerors will then be determined on the basis of technical qualifications identified in the solicitation, along with price, and will include all proposals that have a reasonable chance of being selected for award. Interviews may be conducted with those firms in the competitive range. Written and or oral discussions may be conducted with those firms in the competitive range, if needed. Phases two through five will be repeated for Contract 2. For Contract 1, offerors will submit their Step 1 technical proposals, consisting of the following technical factors: Relevant Past Performance, Relevant Past Experience, Project Team Qualifications and Mgmt. Approach and Subcontracting Methodology. It should be noted that the evaluation factors are listed in decreasing order of importance. A technical rating will be provided and offerors may submit their price proposals and their Step 2 technical proposals, consisting of the following technical factors: Key Personnel and Project Management and Delivery Plan. It should be noted that the evaluation factors are listed in decreasing order of importance. A ny firm who submitted a Step 1 technical proposal will not be precluded from submitting a Step 2 proposal. However, a contractor must submit a proposal under Step 1 in order to submit a proposal under Step 2. For Contract 2, offerors will have already submitted their Step 1 technical proposals, consisting of the following technical factors: Relevant Past Performance, Relevant Past Experience, Project Team Qualifications and Mgmt. Approach and Subcontracting Methodology. It should be noted that the evaluation factors are listed in decreasing order of importance. A technical rating will be provided and offerors may submit their price proposals and their Step 2 technical proposals, consisting of the following technical factors: Key Personnel and Project Management and Delivery Plan, Key Subcontractors and Project Labor Agreements (PLA's). It should be noted that the evaluation factors are listed in decreasing order of importance. A ny firm who submitted a Step 1 technical proposal will not be precluded from submitting a Step 2 proposal. However, a contractor must submit a proposal under Step 1 in order to submit a proposal under Step 2. The solicitation will be available on or about 01/05/15. Interested parties may download their own copy of these documents. These documents will be in.pdf format and may be accessed at http://www.fbo.gov. It is the offeror's responsibility to monitor this website for the release of any amendments and to download their own copy of any amendments. This site provides instructions for downloading the amendment file(s). Licensed general contractors are invited to respond to this Stage 1 Pre-Solicitation Notice by submitting one (1) original and six (6) copies of the required technical and price information. The submission should be in an 8-1/2" x 11" bound or 3 ring binder format and should be organized to correspond with the evaluation factors. For Step 1 (which includes Contracts 1 and 2), there will be a pre-proposal conference held on January 21, 2015. This conference will be held at the Strawbridge Building at 20 N. 8 th Street in Philadelphia, PA. More details with a specific time will be included in the solicitation. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in amendments to the solicitation. The general nature of these proposed contracts will be discussed at this conference. There will be two separate Pre-Proposal Conferences for General Contractors, providing instructions for the submission of Step 2 technical and price proposals for Contracts 1 and 2, which will be conducted within a reasonable time following the issuance of the Step 2 solicitation documents. The purpose of these conferences will be to address general questions regarding the overall project and the solicitation package. There will be GSA technical personnel present to give limited answers to questions. All significant questions will be answered in an amendment to the solicitation. The general nature of the proposed contracts will be discussed. All interested General Contractors will be invited to attend. At the same conferences for Step 2 mentioned above, Small Business Networking Sessions will be held. These sessions will invite all interested small business subcontractors and vendors to meet with the General Contractors who plan to submit a Step 2 technical and price proposal. If the successful offeror(s) is/are a large business, an approved subcontracting plan will be required prior to award, in accordance with FAR Part 19.7. If large businesses are the successful offerors for Contracts 1 and/or 2, they will be required to provide acceptable subcontracting plans prior to award, in accordance with FAR Part 19. These subcontracting plans demonstrate a proactive effort to achieve small business goals for all subcontracted work. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. This procurement is being solicited unrestricted through full and open competition procedures. The NAICS CODE is 236220. This synopsis constitutes the synopsis of the Pre-Invitation Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/Training_Center_in_VA_Contracts_1_and_2/listing.html)
 
Place of Performance
Address: Virginia, United States
 
Record
SN03601927-W 20141221/141219235325-23b37bed1cfe861739197ab4462feb8e (fbodaily.com)
 
Source
FedBizOpps 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.