|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 Y -- CONSTRUCTION OF U.S. COURTHOUSE, JACKSONVILLE, FL SOL
GS-04P-99-EXC-0019 DUE 120298 POC Dianne R. Brittian- Contracting
Officer (404) 331-4874 and Paul DeHaven Project Manager (404) 3 31-5329
This is the first phase of a multi-step process (see FAR 15.202) for
the procurement of construction of the New U.S. Courthouse in
Jacksonville, FL. This negotiated procurement will use a Source
Selection process where technical evaluation factors are more important
than price. In this phase, Stage I, the General Services Administration
(GSA) is inviting potential offerors to submit qualification
information that will allow GSA to advise each respondent, in writing,
whether it will be invited to participate in the procurement, or, if
it is unlikely to be a viable competitor. For this first phase, GSA
will evaluate all responses using the criteria stated herein. This
phase will let potential competitors know their viability in competing
for the procurement, without incurring significant proposal
development expenses. Competitors invited to the Stage II submission
will be given Request for Proposal (RFP) information including
construction documents. GSA will advise respondents not considered
viable competitors of the general basis for its determination.
Notwithstanding the advice, respondents identified as non-viable
competitors have the right to submit proposals in Stage II if so
desired. Firms that do not submit written responses to this notice will
not be eligible to compete in subsequent phases of this procurement.
The construction services being procured include, but are not limited
to, all labor, equipment, materials, tools and supervision to
completely construct the new U.S. Courthouse located on the block
bounded by Hogan, Monroe, Julia and Duval streets in downtown
Jacksonville, Florida. The courthouse will be a fifteen (15) story
facility containing approximately 42,495 gross square meters, with 82
parking spaces in the lower level. The courthouse will house the
following functions: 1 U.S. Circuit courtroom, chambers for U.S Court
Circuit Judges, 8 U.S. District courtrooms, chambers for U.S. District
Judges, 4 U.S. Magistrate courtrooms, chambers for U.S. Magistrate
judges, 4 Bankruptcy courtrooms, chambers for Bankruptcy judges, office
space for the U. S. Attorney, U.S. Trustees, Probation, Pre-trial
Services and U. S. Marshals Service, and prisoner handling space for
the U.S. Marshal. Occupancy is anticipated for the fourth quarter of
fiscal year 2001. The estimated construction cost range for this
project is between $65,000,000 and $75,000,000. This procurement is
open to participation by both large and small business concerns. In
Stage II of this procurement, large business concerns will be required
to submit a Small Business Subcontracting Plan which will be an
evaluation factor. The plan should reflect a proactive effort to
achieve the goal for subcontracting: A total of 30% of the entire
project to the 3 categories of small businesses: 15% to Small
Disadvantaged Businesses; 5% to Small Women-Owned Businesses; and 10%
to all other small businesses. The Standard Industrialized
Classification Code for this procurement is 1542 with a size standard
of $17 million. The following criteria will be used in the evaluation
of responses to this notice: (1) Past performance and experience
providing general construction services on similar and other projects,
(2) Qualifications, experience, and past performance of key personnel,
and (3) Ability to meet bonding requirements. For purposes of
evaluation, a project will be considered similar if it involves
construction of an equal level of complexity and of the same order of
magnitude in terms of dollar value. If similar projects cannot be
submitted, submit projects as similar as possible. The evaluated
ratings for criteria 1 and 2, along with other factors as stated in the
RFP, to be issued following the stage 1 evaluations, will also be used
in Stage II of the procurement in making the source selection
decision. No revisions to the stage 1 submittal will be permitted as
part of the stage 2 submittal. The Government will utilize any
available source of information in evaluating past performance of firms
and key personnel. Firms wishing to compete for this procurement must
submit responses to this notice by December 2, 1998, at 4:00 p.m. EST,
addressed to the attention of Dianne R. Brittian, GSA, PBS Property
Development Division, 4PCA, Suite 2500, 401 West Peachtree Street, N.
W., Atlanta, GA 30365-2500, 404/331-4874. No responses will be accepted
after that time. Facsimiles will not be accepted. The proposal should
be submitted in an 8-1/2" X 11" bound format, spiral preferred, and
should be organized to correspond with the evaluation factors listed
above. The forms SF 254 and SF 255 may be utilized but are not
required. If SF 254 and SF 255 are used, they must be current
(reflecting a date not more than one year prior to the month of this
notice). Photographs may be incorporated with the text in Sections 8
and 10 of the SF 255 if desired. If SF 254 and SF 255 are not utilized,
the submission must include information responsive to the data
requested in each section of these forms. The total Stage I submission
should not exceed 100 pages or 50 double face sheets. Written
submissions should include: 1. Past Performance and Experience of The
Firm Providing Construction Services (650 points): Describe the firm's
experience and past performance with construction of up to 5 similar
projects, preferably in the southeast, that have been completed in the
last five years or are nearing completion, preferable using CM as
Constructor or CM at Risk delivery. Address compliance with the
contract schedule, budget and quality requirements. Describe the firm's
ability to maintain quality with aggressive schedules while controlling
costs; how work is coordinated with subcontractors; use of partnering;
efforts made to resolve problems and how safety issues were handled.
Provide client names, addresses and telephone (fax) number for each of
these projects. (300 points). Describe the firm's experience and past
performance on the last five projects which are at least substantially
complete, not including those listed above, worth at least $30,000,000
each. Address compliance with the contract schedule, budget and
quality requirements. Describe the firm's ability to maintain quality
with aggressive schedules while controlling costs; how you coordinated
work with subcontractors; use of partnering; efforts you made to
resolve problems and how you handled safety issues. Provide client
names, addresses and telephone (fax) number for each of these projects.
(150 points) List basic project information and status on all GSA
projects, not including those listed above, currently underway or
completed in the last five years for which the firm is the primary
contractor or member of a joint venture acting as the prime contractor.
GSA will obtain performance information internally. Provide name and
telephone number for the GSA contact most familiar with the project.
(100 points). Describe your firm's experience and past performance over
the past five (5) years in litigation and in use of Alternative Dispute
Resolution (ADR) to avoid litigation. Provide a complete list of all
construction claims to which you and project owners/developers have
been party to in the last 5 years and a synopsis of the outcome.
Indicate if any of the claims were resolved using some form of ADR. (50
points). Describe in-house computer office automation capabilities,
including Management Information System and ability to review drawings
in an AutoCad Release 12-14 format acceptable to the Government, the
ability to interface with the Government's Microsoft Excel V.5.0 and
Word for Windows V.6.0. software, and the ability to send, receive and
share data electronically via desktop conferencing and "white board"
technologies (50 points). 2. Qualifications, Experience, and Past
Performance of Key Personnel (350 points): Summarize the
qualifications, professional designation, experience, past performance,
education, background information, specific assignments, and other
significant information for key members of the team. Demonstrate the
genuine commitment of each team member to partnering. Provide names,
addresses and telephone (fax) number of a minimum of three client
references for each key personnel. (150 points). For all key personnel,
identify the anticipated duties of the person as full-time or
part-time, identify the person as an employee of the contractor, a
sub-contractor, or an employee of a consulting firm, and indicate the
specific geographic location in which each key team member is now
based. Describe the process used in determining the key personnel
selection. Describe the past experience and performance of key
personnel working together as a team. (150 points). Describe your
experience with construction projects within the general geographic
area of north Florida and Jacksonville specifically. Describe your
knowledge and experience with local markets, local subcontractors, the
local general labor market, and local government (50 points). Ability
to meet bonding requirements. This should include evidence that the
offeror will be able to meet the bonding requirements for this project
using the high-end range of this project ($75,000,000). Bonding
requirements will include 20 percent bid bond, a 100 percent
performance bond and a payment bond in the amount of $2,500,000. Such
evidence may include a letter from a corporate surety that appears on
the list contained in the Department of Treasury Circular 570-Companies
Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and Acceptable reinsuring Companies. Other bonding options are
available in accordance with FAR 28.204 and may be provided as an
alternative to evidence of corporate bonding capability. The next step
of this procurement will involve the issuance of a Stage II RFP on or
about December 16, 1998. Interested parties will be able to obtain the
complete RFP package directly from Central-NGI of Orlando (407)
872-2221 at a cost of $550 plus shipping, for each RFP package.
Interested parties may prepay for the RFP to ensure shipment at the
earliest possible date.. A Pre-Submission Meeting will be held at 10 AM
on January 12, 1999, at the offices of KBJ Architects, 510 North Julia
Street, Jacksonville, Florida for prospective offerors. The
Pre-Submission Meeting will be followed by a Procurement Networking
Session for subcontracting opportunities for Small, Small
Disadvantaged, and Small Women-Owned Businesses. The Networking Session
is intended to affirm GSA's recognition of the talent that exists in
the small business community and its commitment to opening a dialogue
between that community and the large business firms that are
considering this project. Prospective small business subcontractors
will be given an opportunity to network and to showcase their special
talents and abilities as potential subcontractors. Questions about the
Networking Session should be directed to either Pat Geisinger, GSA's
Office of Enterprise Development (404) 331-3031: Internet
Pat.Geisinger@gsa.gov or to David Gibson, GSA Small Business Contact
for the project (404) 331-2366: Internet: DavidA.Gibson@gsa.gov.
Submission of Proposals will be due on January 26, 1999, no laterthan
4:00 p.m.EST. The next step of the source selection for this
procurement will be conducted using the tradeoff process described in
FAR 15.101-1 which permits GSA to make tradeoffs among cost or price
and non-cost factors and allows GSA to accept other than the lowest
priced proposal. All evaluation criteria other than cost or price, when
combined, are significantly more important than cost or price. The
objective is to select the offeror whose proposal is most advantageous
and offers the best value to the Government. Posted 11/06/98
(W-SN269456). (0310) Loren Data Corp. http://www.ld.com (SYN# 0094 19981110\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|