|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163General Services Administration (7PMCA), Property Management Division,
819 Taylor St., Rm. 12A26, Fort Worth, TX 76102-6105 Z -- MULTIPLE AWARD DESIGN/BUILD IDIQ CONSTRUCTION &
REPAIR/ALTERATIONS SOL GS-07P-98-HUD-0073 DUE 091098 POC L. H. Lee,
Contracting Officer, 817-978-7399 MULTIPLE AWARD IDIQ CONSTRUCTION &
REPAIR/ALTERATIONS WITH DESIGN-BUILD CAPABILITIES SOL
GS-07P-98-HUD-0073 DUE 9/10/98 POC, L. H. Lee, 817/978-7399 SIC CODE
1542- Solicitation GS-07P-98-HUD-0073, General Services Administration
(GSA) is soliciting for unscheduled construction services with
design-build capabilities for interior and exterior building
construction and repair and alterations to include landscaping and
paving relevant to property & roads owned, leased or otherwise
controlled by GSA, or other GSA authorized agencies. The primary
performance areas include All Counties, State of New Mexico, and El
Paso County, State of Texas. The duration of the contract(s) shall be
for a period of one year with two one year options, with both GSA and
the contractor(s) having rights of refusal to exercise options. This
indefinite quantity contract covers, but is not limited to, electrical,
carpentry, masonry, plumbing, mechanical, architectural, landscaping,
roadway construction, roadway repairs, other repair/alterations or
construction or demolition services as specified, and design-build
services. Phase one offerors are required to submit responses to the
information requested herein for technical evaluation. Not more than 5
offerors who are determined by the Government to be in the technically
competitive range will receive a request for pricing proposal (Phase
Two). A pre-proposal conference will be held in Albuquerque, New Mexico
to promote a better understanding of the solicitation and to answer
questions about the submittal of proposals. This conference will be
held August 24, 1998 at 10:00 a.m. in Room 4031 of the Federal
Building, at 517 Gold Avenue, SW, Albuquerque, New Mexico. Multiple
awards may be made (including not more than one 8(a) firm) with each
awardee being guaranteed a minimum of $10,000. The estimated cost
(Maximum Ordering Limitation) is up to $3,000,000 per year per
contractor. This negotiated procurement will be accomplished by the
source selection method, which will result in award of a firm fixed
price contract to the contractor(s) offering the greatest value to the
Government. Technical ability is more important than price. The
Government reserves the right to award not more than one of the
contracts to a Small Business Administration approved 8(a) firm. The
8(a) award may be made concurrently with the instant solicitation or at
a later date. The Government intends to evaluate proposals and award a
contract without discussions with offerors (except clarifications as
described in FAR 15.306(a). Therefore, the offeror's initial proposal
should contain the offeror's best terms from a cost or price and
technical standpoint. The Government reserves the right to conduct
discussions if the Contracting Officer later determines them to be
necessary. If the Contracting Officer determines that the number of
proposals that would otherwise be in the competitive range exceeds the
number at which an efficient competition can be conducted, the
Contracting Officer may limit the number of proposals in the
competitive range to the greatest number that will permit an efficient
competition among the most highly rated proposals. Offerors will not
be reimbursed for Phase One or Phase Two proposal submittal expenses.
The Government is not limited to contacting only those references
provided by the offeror (s). The Government may consider an offeror's
performance on contracts not listed by the offeror, but that the
Government is aware of, or becomes aware of. Definitions: SIMILAR is
defined for this contract as five (5) projects involving building space
of a minimum of 10,000 SF and commercial landscaping and vehicular
paving. The five projects must have involved interior and exterior
repairs and alterations or new construction of federal, state,
municipal, or commercial buildings or roadways with construction costs
ranging from $10,000 to $1,000,000. QUALITY is defined as meeting or
exceeding the customers' requirements in a timely manner within
established budgets as set forth in the construction contractdocuments.
In Phase One evaluation of technical factors will be accomplished by
Government's critical analysis of each contractor's response to the
following questions in descending order of importance: (1) What is the
experience and past performance of the prime contractor or major
subcontractor(s) on similar projects? This quality considers quality of
the offerors' past performance in carrying out work of a similar nature
with references to timeliness, cooperation, technical success and
completion within budget. (2) What is the experience, past performance
and qualifications of key personnel (on-site superintendent and
project manager)? This factor considers the achievements of excellence
accomplished on similar projects by the key personnel within the last
five years and their related education and training. If key personnel
experience was obtained while in the employ of another firm, identify
the firm and a representative by name, address, and current phone
number. Show a staffing plan that indicates responsibilities of key
personnel and interface with major subcontractors. Give name, address,
and phone number of paving subcontractor if prime contractor does not
have in-house paving capability. (3) What is the technical and
administrative approach to design-build delivery? Cite past performance
on similar design-build projects. This factor considers the success in
areas of technical quality, delivery, timeliness and budget
maintenance. Offerors are required to submit technical capabilities,
experience and references for Phase One by providing information as
follows: (1) List five similar projects that your firm or subcontractor
has performed over the last 5 years. All 5 projects must be submitted
in the following format: Project title and contract number; Name of
firm contracted to do the work (offeror or proposed subcontractor);
Name of person representing the owner who is familiar with the project
& their current phone number; Project description; Contract period;
Project size in square footage; Description of work done directly by
offeror; Original construction award amount; Actual completion amount;
Number of owner initiated change orders; Number of contractor
initiated change orders; Planned completion date; Actual completion
date; Amount of liquidated damages assessed; Name of project manager.
(2)(a) List key personnel & each person's education, training &
experience, & describe the duties of the key personnel in the following
format: Names of key personnel and title;
Education/Certificates/Licenses; Experience; Duties; Amount of time
individual will dedicate to projects arising from this contract; State
this person's signature authority for the contractor & restrictions,
if any. (b) List 3 similar projects on which key personnel have
performed in the last 5 years. All 3 projects must be submitted in the
following format; Project title and contract number; Contract period;
Project size in SF; Name and current phone No. of owner representative
most familiar with the project; Project description; Completed
construction amount; Amount of liquidated damage assessed, if any; (3)
Technical approach to design-build delivery. (a) The organization for
design-build: Describe, to include lines of accountability or
authority, responsibilities of each team member & responsibilities of
primary people on the team. Describe a plan for executing a design
concept. The response to Factor (3)(a) should be no more than four,
8-1/2"x 11" pages, printed one side. (b) List 3 design-build projects
that have been performed over the last five years. All three projects
must be submitted in the following format: Project title & contract
No.; Name & current phone No. of owner rep. Most familiar with the
project; Description of project. Response to the above is extremely
important because although price will be a factor, the lowest priced
offeror may not receive an award, since selection will be based on
greatest value to the government. The technical submittal (Phase I)
shall be received at the following address by 3:00 p.m. CST on
September 10, 1998. The envelope is to be marked with Solicitation
Number "GS-07P-98-HUD-0073" and labeled "Technical Proposal," and
addressed to General Services Administration (7PMCA), Attn: L. H. Lee,
819 Taylor Street, Room 12A26, Fort Worth, TX 76102-6105. Contact
Point: L. H. Lee 817/978-7399. This solicitation is set aside for small
business. Only small business prime contractors will be considered.
Posted 08/18/98 (W-SN238580). (0230) Loren Data Corp. http://www.ld.com (SYN# 0164 19980820\Z-0025.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|