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