Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,1997 PSA#1817

GSA, PBS, NCR, Property Development Division, Procurement Br (WPCA), Room 2634, 7th & D Streets, SW, Washington, DC 20407

R -- CONSTRUCTION MANAGEMENT (CM) SERVICES FOR THE NATIONAL CAPITAL REGION, WASHINGTON, DC SOL GS11P97AQD0012 DUE 053097 POC Christine Kelly, Contracting Officer, (202) 708-4900 WEB: RFP IQ-CM-SB is available via this web link:, http://www.gsa.gov/regions/r11/wpc/cm.htm. E-MAIL: To contact the Contracting Officer via e-mail:, christine.kelly@gsa.gov. The General Services Administration (GSA) hereby notifies of intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Management (CM) Services for the Various Projects in the National Capital Region, Washington, DC. This solicitation is a Small Business Set-Aside in accordance with FAR 19.502-2. -- Size Standard (SIC 8741)- $5.0 million average annual receipts in accordance with FAR 19.1. Construction Management (CM) Services as specified for performing design phase (excluding actual design), procurement phase, and construction phase services; claims services, testing services; and miscellaneous services for various projects in the National Capital Region. All work will be performed in accordance with GSA authorized and approved standards as well as requirements for security clearances. The potential Repair & Alteration projects may involve the following buildings: Rowley Training Center, Tayloe House, Dolly Madison House, Cosmos Club, National Courts Building, 1724 F Street, and Winder Building. More than one Indefinite Quantity CM Contract may be awarded. The contract will be for a base period of approximately one year and two option periods with an Indefinite Quantity Ceiling (IQC) as follows: Base Contract -- $1,000,000; Option Period 1 -- $1,000,000; Option Period 2 -- $1,000,000; for an aggregate IQC total of $3,000,000 contract. Competitive formal Source Selection procedures will be used in accordance with FAR 15.6. The "greatest value concept" is the method that will be used to evaluate price and other 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 quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price (See FAR 15.605(d)(1)). GO/NO GO REQUIREMENT will be Pass/Fail. The screening factors set forth below must be met before further evaluation of the technical proposal proceeds. The CM must pass the Go/No Go Screening factor. The remaining technical proposals will be fully evaluated and scored based on the Technical Evaluation factors: (1) The CM (or if applicable, the CM's team including consultants) must demonstrate sucessful experience as a Construction Management (CM/CQM) professional service contractor on at least one (1) similar project within the past ten (5) years. Similar project is defined as a project that is comparable in nature, type, and complexity to the projects in this solicitation, and the CM provide the following services: (a) Constructability and Cost Estimate Reviews during the design phase; (b) Construction Contract Administration including processing change orders and payments; (c) Estimating Change Orders, and (d) Inspection Services. The similar project must meet the following criteria: (1) The construction work was renovation (repair & alteration) work; (2) The construction cost at award of the construction contract was not less than $1 million; and (3) Construction was performed in a partially occupied building. THE TECHNICAL EVALUATION FACTORS are: A. Key Personnel (40%), B. Experience and Past Performance on Comparable Projects (30%), C. CM's Capabilities (20%), and D. Management Approach (10%). The RFP will be available for issuance on or about 4/30/97, and will be due on or about 5/30/97. Copies of the solicitation may be obtained by writing to Christine S. Kelly at GSA/NCR/PBS, Property Development Division. (WPCA), 7th & D Streets, SW, Room 2634, Washington, DC 20407. (Email: Christine.Kelly@gsa.gov, Telephone: 202-708-4900, Fax: 202-401-2003). The RFP will be available on-line on the GSA Web Site at location: [http//www.gsa.gov/regions/r11/wpc/cm.htm] (0092)

Loren Data Corp. http://www.ld.com (SYN# 0076 19970404\R-0015.SOL)


R - Professional, Administrative and Management Support Services Index Page