Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1996 PSA#1660

General Services Administration, PBS,Property Development-6PC,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088

Y -- NEW CONSTRUCTION SOL GS-06P-96-GZC-0508 DUE 121796 POC Contact,Susan Kading,816/926-5316,Contracting Officer,Linda E. Hale,816/926 -5316 Request for Proposals Notice for the construction of a new Federal Building and U.S. Courthouse in Omaha, Nebraska. Job PCN: NNE55111. Issue Request for Technical Proposals (Phase I): 09/05/96. Receive Technical Proposals: 10/08/96. Issue Request for Bidding Documents (Phase II): 11/01/96. Receive Price Proposals: 12/17/96. Estimated Cost Range: $45,000,000-$50,000,000. Time for completion: 850 calendar days after receipt of notice to proceed. Summary of project: The proposed building will contain both court space and court related office space. Approximate gross area, including enclosed parking is 335,700 s.f. The scope of work includes: structural steel frame/floors, brick, pre-cast concrete and granite exterior building enclosure, double glazed and bullet-resistant windows, all interior fixture elements and finishes and tenant fit-out; i.e. lobbies, waiting area, elevators, toilets, courtrooms, judges chambers, holding cells, jury rooms, attorney conference/witness rooms, offices, fixed corridors, storage rooms and below grade parking. This includes: drywall partitions, marble wainscots, terrazzo floors, wood paneling and millwork, wood doors, carpets, acoustic and drywall ceilings, etc. This bid package shall also include all major architectural elements, mechanical systems including purchased chilled water and steam, fire protection, electrical, food vending, audio/visual and security elements, and exterior landscaping. Demolition of 105,000 s.f., seven-story Douglas Building (former Masonic Temple). In compliance with Executive Order 12770, the building is designed and will be constructed entirely with metric dimensions. The bidder, or subcontractor used by the bidder, shall meet the competency qualification requirements for elevator maintenance, fire alarm system, asbestos removal, and building implosion competencies as specified in Specification Section 00120, Supplementary Instructions to Bidders. Any contractor or subcontractor performing asbestos removal shall satisfy special responsibility and shall provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with hazardous materials involved. Any contractor or subcontractor performing building implosion or demolition shall satisfy special responsibility, provide bodily insurance (of at least $500,000 per occurrence) and provide property liability insurance (of at least $5,000,000) coverage written on the comprehensive form of policy. The Government will not indemnify against such risks. Proposals will include a base bid, unit prices for tenant fit-out and seven options. This is a competitive negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluations; Phase II will be for pricing. The Government intends to use the ''greatest value concept'' in selecting the prime contractor. The ''greatest value concept'' is a method of evaluating price and other related factors specified in the solicitation; with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. Phase I, the Request for Technical Proposal (RFTP), contains a general scope of work, minimum site plan and floor layouts, the Solicitation Provisions, the Proposal Submittal Requirements and the Evaluation Factors. This RFTP will be issued on or about 09/05/96. All requests for the RFTP must be in writing. There will be a Pre-Proposal Conference on or about 09/19/96. Proposals shall be received in this office on or about 10/05/96. Specific date and time shall be specified in the RFTP. Only one proposal may be submitted by each offeror. There will be a short list of technically qualified contractors published in the CBD on or about 10/24/96. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptibility 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 Phase I submissions to establish those within a ''competitive range.'' Only those firms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of pricing and Subcontracting Plan and special competency requirements as specified in the specifications. The Government will evaluate all proposals. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, in order of importance, are: (1) Experience and Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management and Technical Approach. The price factor is not as important as the technical evaluation factor. As proposals become more equal in the technical merits, price becomes more important. Joint venture arrangement will be considered and evaluated on a demonstrated interdependence of the members to provide a quality team. Phase II, Specifications (Bidding Documents) will be available from the General Services Administration at no cost. Contact 816-926-7881 or Susan Kading at 816-926-5316, ext. 287 or fax request to 816-926-3571. Drawings will be available for review at plan rooms at no cost. There are two discipline group sets of drawings in the complete set. Drawings may be purchased by discipline group, full size and half size (cost to be determined later). Cost of drawings is non-refundable. Bidders interested in obtaining drawings will need to make financial arrangements directly with Service Reprographics, 106 W. 11th Street, Kansas City, MO 64105, phone 816-221-2225, fax 816-221-5587. The planholders list will be based on only those requesting the specifications. The bidding documents will be available on or about 11/01/96. Technical questions should be directed to the Project Manager, John Topi at 816-926-7431, extension 273. Prior to award of the contract, the contractor, if not a small business, will be required to negotiate a small business subcontracting plan. Contract award will be contingent upon negotiation of an acceptable subcontracting plan. In accordance with Public Law 95-507, the contractor will be required to provide the maximum practical opportunities for Small Business concerns, Small Business Business concerns owned and controlled by socially and economically disadvantaged individuals and by Women-owned Small Business concerns, to participate as subcontractors in the performance of the contract. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit a bid which will be considered by the agency. (0227)

Loren Data Corp. http://www.ld.com (SYN# 0153 19960815\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page