|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1999 PSA#2285General Services Administration, Public Buildings Service (PBS),
Aquisition Services (7PTA), 819 Taylor St., Rm. 12A22, Fort Worth, TX,
76102 Z -- NATIONWIDE MULTIPLE AWARD IDIQ FOR GENERAL CONSTRUCTION, ROOFING,
PAVING ETC. SOL GS-07P-99-HHD-0025 DUE 040899 POC Jane Scroggins,
Procurement Analyst, Phone (817) 978-7092, Fax (817) 978-4191, Email
jane.scroggins@gsa.gov -- Carolyn Smith, Contracting Officer, Phone
(817) 978-7483, Fax (817) 978-7194, Email WEB: Visit this URL for the
latest information about this,
http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-07P-99-H
HD-0025&LocID=341. E-MAIL: Jane Scroggins, jane.scroggins@gsa.gov.
MULTIPLE AWARD IDIQ CONSTRUCTION & REPAIR/ALTERATIONS WITH DESIGN
CAPABILITIES, ROOFING, PAVING SOL GS-07P-99-HHD-0025, DUE 04/08/99,
POC's Jane Scroggins (Jane.Scroggins@gsa.gov), 817/978-7092, Carolyn
Smith (Carolyn.Smith@gsa.gov), 817/978-7483, Janis Gaulden
(Janis.Gaulden@gsa.gov), 817/978-7097, and L.H. Lee (LH.Lee@gsa.gov),
817/978-7399, SIC CODEs 1542, 1761, 1611, and 1622. General Services
Administration (GSA) is soliciting general construction services with
design capabilities in the following three categories: A) Interior and
exterior building construction and repair and alterations including
but not limited to electrical, carpentry, masonry, plumbing,
mechanical, architectural, landscaping, storm drainage, exterior
restoration, waterproofing, repointing, cleaning, sealing_..and other
repair/alterations or construction or demolition services as specified,
design-build services, earthwork, miscellaneous drainage structures
such as culverts and headwalls, pavement repair and construction and
other miscellaneous minor civil work items; B) Roofing involving
installation, repair and alteration, and removal of all types; and C)
Paving relevant to property and roads owned, leased or otherwise
controlled by GSA, or other Federal authorized agencies. The primary
performance area is the Greater Southwest Region which includes all
counties/parishes in the states of New Mexico, Texas, Oklahoma,
Arkansas, and Louisiana. Awards will be divided and made by zones
within the primary areas. The secondary contract area is the contiguous
United States. The duration of the contract(s) shall be for a period of
five years with two five year options, with both GSA and the
contractor(s) having mutual termination rights with 60 days notice.
Phase I offerors are required to submit responses to the information
requested herein for technical evaluation. Not more than 20 offerors
per category who are determined by the Government to be in the
technically competitive range will receive a request for Phase II
proposals. Pre-proposal conferences for Phase I will be held in Fort
Worth, TX, San Antonio, TX, and New Orleans, LA. The pre-proposal
conference for Fort Worth, TX is tentatively scheduled for March 4,
1999, at the Fritz G. Lanham Federal Bldg., Room 12A27 at 10:00 a.m.
Please monitor our GSA website (listed below), for more information
regarding the scheduling of the pre-proposal conferences. Multiple
awards may be made with each awardee being guaranteed a minimum of
$200. The minimum ordering limitation per task order will be $1,000.
The anticipated maximum ordering limitation of each contract is
estimated at up to $25 million per year. 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 best value to the Government. Technical ability is more important
than price. The Government intends to award up to 75% to small
businesses in Category A (construction). The Government may or may not
hold discussions on technical proposals (except clarifications as
described in FAR 15.306(a)) therefore, the offeror's initial proposal
should contain the offeror's best terms from a technical standpoint.
The Government reserves the right to conduct discussions if the
Contracting Officer later determines them to be necessary. The number
of offerors included in the competitive range can be limited for
purposes of efficiency. The number of proposals in the competitive
range may be limited to the greatest number that will permit an
efficient competition among the most highly rated proposals. Offerors
will not be reimbursed for Phase I or Phase II proposal submittal
expenses. The Government is not limited to contacting only those
references provided by the offeror (s). The Government may also
consider the offeror's performance on contracts not submitted by the
offeror that the Government is aware of, or becomes aware of.
Definitions: SIMILAR, Category A (construction services), is defined
for this contract as a project involving building space of a minimum of
10,000 SF. The projects must have involved interior and exterior
repairs and alterations or new construction of federal, state,
municipal, or commercial buildings with construction costs at $10,000
or greater. SIMILAR, Category B (roofing), is defined as roof projects
of at least 25,000 square feet in size involving: the removal of an
existing roof system and the installation of multi-ply, hot asphalt
and/or coal tar bitumen, roof system with insulation, sheet metal
fabrications, and roof related accessories; minor repairs of concrete
and lightweight concrete roof decks; minor repairs of metal roof decks;
minor repairs of wood roof decks; installation of uniform thickness
roof insulation; installation of tapered insulation systems;
installation of multi-ply, hot asphalt, built up roof systems;
installation of modified bitumen roof systems; installation of the
underlayment systems for metal and clay tile (2-ply modified bitumen,
fully adhered membrane, etc); installation of sheetmetal fabrications
associated with the roof system's perimeters; and
modification/replacement of rooftop equipment curbs. Comparison to
similarity may be based upon single projects including all the
preceding components or a combination of several projects containing
all of the preceding components. SIMILAR, Category C (paving), is
defined for this contract as a project involving vehicular paving of 3
miles or greater. The project must have involved repairs and
alterations or new construction of federal, state, or municipal,
roadways and/or elevated highways with construction costs at $10,000 or
greater. QUALITY is defined as meeting or exceeding the customers'
requirements in a timely manner within established budgets as set forth
in the construction contract documents. Technical Evaluation Factors
for each category proposing: In Phase I, evaluation of technical
factors will be accomplished by the Government's critical analysis of
each contractor's proposal. In all three categories, i.e., construction
services, roofing services, and paving services, the technical factors,
in descending order of importance are 1) Experience and past
performance of the prime contractor and key subcontractors on similar
projects. Key subcontractors include all those who are proposed to
contribute 20% or more to project completion. This factor considers
quality of the offeror's past performance in carrying out work of a
similar nature with references to timeliness, cooperation, technical
success and completion within budget. (2) Qualifications and past
experience of key personnel. Key personnel include but are not limited
to the proposed project manager, job superintendent, and on-site
inspectors. This factor considers the achievements of excellence
accomplished on similar projects by the key personnel related to
education and training. Phase II proposals shall be solicited from the
most highly qualified offerors (not exceeding 20 in each category).
Phase II evaluation factors for all categories shall be 1) Management
Approach: Thetechnical and administrative approach to design-build
delivery. This factor considers the success in areas of technical
quality, delivery, timeliness and budget maintenance. Price shall be
considered in Phase II. Submittal Requirements for each category
proposing: Offerors are required to submit technical capabilities,
experience and references for Phase I 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,
address and phone number, of firm contracted to do the work (offeror or
proposed subcontractor); if paving, give name, address, and phone
number of paving subcontractor if prime contractor does not have
in-house paving capability; name of person representing the owner who
is familiar with the project and their current phone number; project
description; contract period; project size in square footage for both
construction and roofing services; project size expressed in volume of
materials used or lineal feet of roadway for paving; 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 and each person's
education, training and experience, and 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 and restrictions,
if any. (b) List 5 similar projects on which key personnel have
performed in the last 5 years. All 5 projects must be submitted in the
following format: Project title and contract number; contract period;
projectsize in square footage for both construction and roofing
services; project size expressed in volume of materials used or lineal
feet of roadway for paving; Name and current phone number of owner
representative most familiar with the project; project description;
completed construction amount; amount of liquidated damage assessed, if
any. If key personnel experience was obtained while in the employment
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. The technical submittal (Phase I) shall be received at
the following address by 3:00 p.m. CST on April 8, 1999. The envelope
is to be marked with Solicitation Number "GS-07P-99-HHD-0025" and
labeled "Technical Proposal," and addressed to General Services
Administration (7PTA), Attn: Jane Scroggins, 819 Taylor Street, Room
11A01, Fort Worth, TX 76102-6105. Contact Points: Jane Scroggins
817/978-7092, Carolyn Smith 817/978-7483, or Janis Gaulden
817/978-7097, or L.H. Lee 817/978-7399. Any documents related to this
procurement will be available via the Internet only. No hard copies
will be available. All contractors downloading shall notify this office
in writing (either by electronic mail or facsimile) in order to be
placed on the planholder;s list. Contractors are responsible for
downloading their own copy of all documents, including the
questionnaire, solicitation, and amendments, if any. These documents
will be in .pdf format and will reside on a World Wide Web (WWW)
server, which may be accessed using a WWW browser application. The WWW
address of the General Services Administration page is
http://eps.arnet.gov. It is the contractor's responsibility to monitor
this site for the release of any information or documents in the
special notices, the solicitation (Phase II) and amendments, if any.
There is also a link at the bottom of the CBD Notice on the Internet
that will take the reader straight to the page where the synopsis and
solicitation (Phase II) is, or will be posted. There is also a link to
the point of contact's e:mail address. Contractors can also register
to be notified by e:mail of new postings including synopsis,
solicitations, and amendments to the site, so they do not have to check
the site everyday. I encourage contractors to periodically check the
site because it is still your responsibility to make sure you have all
of the documents related to a procurement. All responsible sources may
submit a proposal which shall be considered by the agency. Posted
02/16/99 (D-SN298697). (0047) Loren Data Corp. http://www.ld.com (SYN# 0114 19990218\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|