|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1998 PSA#2063General Services Administration, Technical Support Branch East, 1500 E.
Bannister Road, Kansas City, MO 64131-3088 Z -- MULTIPLE-AWARD CONSTRUCTION MANAGER (CM) INDEFINITE
DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT WITHIN IOWA, KANSAS,
MISSOURI AND NEBRASKA. SOL 6PMT-E-98-0022 GS0P98GYD0019 DUE 051298 POC
Contract Specialist, Susan Johnson, (816) 823-2281, Contracting
Officer, Susan Johnson, (816)823-2281 Solicitation GS06P98GYD0019 for
Multiple-Award Construction Manager (CM) Indefinite Delivery Indefinite
Quantity (IDIQ) Contract, General Services Administration, 1500 E.
Bannister Road, Room 2101, Kansas City, Missouri 64131-3088. Project
Control Number RMO98540. Point-of-Contacts, Cy Houston, 816-823-2252,
or William F. Greene, III, 816-823-2260. The Contracting Officer is
Susan Johnson at 816-823-2281. Request for Proposals (RFP) due on or
about May 12, 1998. Time for completion: 365 calendar days after
receipt of notice to proceed. No document charge or deposit is
required. Request list of those who received RFP no later than ten days
before submittals are due. The Government intends to award two (2) CM
contracts from this solicitation. Each contract will cover the States
of Missouri, Kansas, Iowa, and Nebraska, but will have a primary
geographical area. Firms will generally receive work within their
primary area, but may receive work in other parts of the four state
region. The primary geographical areas are as follows: 1) Kansas City
area: includes the Kansas City Standard Metropolitan Statistical Area
(SMSA) the city of Columbia, Missouri, and the portion of the State of
Missouri west of Columbia, the city of Newton, Iowa, and the portion
of the State of Iowa west of Newton, and the entire States of Kansas
and Nebraska, 2) St. Louis area: includes the St. Louis Standard
Metropolitan Statistical Area (SMSA), the portion of the State of
Missouri east of Columbia, and the portion of the State of Iowa east of
Newton. An offeror may be considered for both areas, provided it meets
the minimum requirement in each area, and it submits a separate
package for each area. Projects involve building construction having a
cost less than $10,000,000. CM services may include (1) Pre-Design
Services (design programming, develop management plan, schedule,
budget, studies), (2) Design Phase Services (design review, cost
estimates, review schedules, cost control), (3) Procurement Phase
Service (preparation of Commerce Business Daily (CBD) announcement,
stimulate interest of construction contractors in bidding projects),
(4) Construction Phase Services (inspection to assure contract
compliance, daily logs, progress reports, write and negotiate change
proposals on behalf of the Government), (5) Post Construction Phase
Services (converting redlined as-built drawings to CAD drawings), and
(6) other related services as required. Typical projects include
initial space alterations for tenant agencies, replacing/adding
building system components (switchgear, roofs, boilers, chillers, HVAC
equipment, and low voltage monitoring & control systems such as fire
alarm), and parking lot improvements. The majority of the projects will
have estimated construction costs in the range from $50,000 to
$2,000,000. Additional similar projects may be added to the contract if
mutually acceptable to the Government and the CM. The minimum contract
amount to be awarded in the initial contract period (1-year) will be
$5,000 per firm/joint venture and a minimum of $5,000 per firm/joint
venture for each of the exercised option periods. The maximum amount
payable under each contract shall not exceed $1,000,000 per year or any
exercised option period. The term of the contract is one year. However,
at the option of the Government and if the CM contractor's performance
is satisfactory, the contract may be extended for up to four
additional one-year (1) periods. The successful CM contractor,
including its subsidiaries and affiliates, shall not be eligible for
award of a contract for A-E or construction contract services for these
projects, nor serve as a subcontractor or consultant to any A-E or
construction contractor for these projects. This is a competitive
negotiated acquisition. Because of the critical role of the CM, the
Government intends to use the greatest value concept in selecting a CM.
The greatest value concept is a method of evaluating 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 and other factors. The objective is to select the
proposal that offers the most for the money, not necessarily to select
the lowest price. The RFP contains the contract terms, scope of work
and the proposal submittal requirements. The RFP will be available
about March 31, 1998. Interested parties may fax a request for RFP to
Susan Johnson at (816) 823-2273. Proposals shall be received in this
office on or about May 12, 1998. Specific date and time shall be
specified in the RFP. Only one proposal may be submitted by each
offeror for each area. Offerors should submit proposals that are
acceptable solely on the basis of the initial submittal. The Government
may proceed with award of the contract without further discussion.
However, the Government may request additional information from
offerors that it considers to have a reasonable chance of being
selected for contract award, and may discuss proposals with the
offerors. The Government will evaluate allproposals. Technical factors
and price will be considered. Technical evaluation factors, in
relative order of importance, are (1) Qualifications of organization,
(2) Qualifications of Proposed Personnel, and (3) Management Plan. The
price factor is not as important as the technical evaluation factors,
however, as proposals become more equal in their technical merit, the
evaluated cost or price becomes more important. Joint venture or
firm/consultant arrangement will be considered and evaluated on a
demonstrated interdependency of the members to provide a quality
service. The proposed contract is 100 percent set-aside for small
business concerns. Applicable SIC Code is 8741. (0086) Loren Data Corp. http://www.ld.com (SYN# 0145 19980331\Z-0019.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|