Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

General 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