Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219

GSA, 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