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