|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room
3516, Chicago, IL 60604-1696 Y -- PHASE III WAVE II, NEW CLEVELAND COURTHOUSE, MILLWORK, DRYWALL
AND CEILINGS, STONE AND TERRAZO, FIRE PROTECTION, AND PAINTING. SOL
GS05P99GBC0015 DUE 062399 POC Jason Gerloff (312) 886-1542, Ben Burton
(312) 353-4310 Y PHASE 3 NEW CONSTRUCTION, U. S. COURTHOUSE, 801
SUPERIOR AVENUE, CLEVELAND, OHIO, NOH94001, POCS: Jason Gerloff
312/886-1542 or Ben Burton 312/353-4210 E-MAIL: CONTRACTING OFFICER,
Kathleen Kapala at Kathy.Kapala@gsa.gov Construction services are being
solicited for the following bid packages: Drywall & Ceilings; Millwork;
Stone & Terrazzo; Painting; and Fire Protection for Phase III of the
new U. S. Courthouse under construction in Cleveland, Ohio. GSA
reserves the right to award one all inclusive contract or individual
contracts for each work item or combination of line items. Drywall &
Ceilings may include but is not limited to the following: drywall,
metal studs, plaster, glassfiber reinforced gypsum shapes, hollow metal
frames and doors, architectural hardware, interior glazing, acoustic
panels, acoustic ceilings, metal pan ceilings, security doors, frames
& hardware. Millwork may include but is not limited to he following:
interior architectural woodwork, plastic laminate casework, flush wood
doors, custom wood doors. Stone & Terrazzo may include but is not
limited to the following: interior stone facing, epoxy resin terrazzo,
stone flooring. Painting may include but is not limited to the
following: painting, interior transparent finishes, wallcoverings,
special coatings, traffic coatings, water repellents. Fire Protection
may included but is not limited to the following: sprinklers, fire
pumps. Experience within the past 7 (seven) years is required
performing as a prime contractor or subcontractor for at least 1 (one)
building with a project dollar value more than $10 (ten) million and
a minimum of two other similar projects. Experience includes on-site,
phased construction coordination between prime contractors or as a
subcontractor relative to other subcontractors and prime contractor.
Close coordination and cooperation with the Phase II contractor and
other Phase III contractors will be required. The experience required
by key personnel proposed by the offeror must directly corresponds to
the experience of the contractor as described to include at least 5
(five) years experience on comparable projects. If a proposal does not
meet the requirements of both past experience and key personnel
qualifications, it will not be further evaluated based on price. The
contractors for this project will be competitively chosen using
negotiated procedures. Award will be based on the lowest-price,
technically acceptable offer. The twenty-four (24) story building will
contain office and federal court functions. Spaces that will be
constructed include courtrooms and Judges' chambers, law library,
general office, training rooms, limited function auditorium, toilet
rooms, loading dock, lobbies/waiting areas, detention cell clocks,
pistol range, fitness/exercise rooms, cafeteria and eating area. The
actual release date for the Request for Proposal is anticipated on or
around May 21, 1999. Funds are not presently available and award is
contingent upon the availability of appropriated funds from which
payment for contract purposes can be made. The performance period for
Phase III from contract execution to project completion is anticipated
to be approximately 700 days. The resulting contract type shall be
firm, fixed-price. Small business criteria is based on the contractor's
average annual receipts for the preceding three (3) years. The
estimated value for the portion of construction designated Drywall &
Ceilings (SIC 1742-$7.0) is more than $10M. The estimated value for the
portion of construction designated Millwork (SIC 1751-$7M) is $1M to
$5M. The estimated value for the portion of construction designated
Stone & Terrazzo (SIC 1743-$7M) is $5M to $10M The estimated value for
the portion of construction designated Painting (SIC 1721-$7M) is
$1M-$5M. The estimated value for the portion of construction designated
Fire Protection (1799-$7M) is $1M to $5M. In accordance with the Small
Business Competitiveness Demonstration Program, this procurement is
open to all business concerns. Therefore, responses from both small and
large business concerns will be considered and evaluated for selection.
Small business, minority-owned and women-owned businesses are strongly
encouraged to participate. Small, disadvantaged businesses must be
precertified by the Small Business Administration in order to be
considered for evaluation as such under the new federal regulations.
Contact your local SBA office for further information. The Government
recognizes the talent existing in smaller firms and encourages their
participation in the construction of federal facilities. GSA
anticipates the requirement to participate in a Project Labor Agreement
for this project. In the event a large business is the awardee, an
acceptable Subcontracting Plan must be approved and accepted prior to
contact award. Large businesses shall be required to demonstrate a
proactive effort to have participation from small, small disadvantaged,
and small women-owned business concerns. Joint Ventures: joint ventures
or firm/consultant arrangements will be considered and must submit an
acceptable Joint venture agreement, which must be approved and accepted
prior to contact award. Specifications and drawings will be available
on or about May 21, 1999. Potential offerors having the capabilities to
perform the services described herein are invited to request a copy of
the Request for Proposal (RFP) by submitting a cashier's check or
money order in the amount of $550 (five hundred and fifty dollars) made
out to "B & L Blueprint, Inc." to cover the cost of the complete RFP
and the drawings. All payments with requests should be addressed to
Jason Gerloff at GSA 230 South Dearborn St. Chicago, IL 60604-1503.
Those requesting special handling such as overnight, second-day or any
private carrier shipment must provide shipping or freight labels
prepaid or precoded for direct billing by the carrier to the addressee
for five separate packages. The entire mailing will include three
packages of drawings and two packages of specifications. Both drawings
and the RFPcan be viewed after issue date at the Cleveland City Hall,
Office of Equal Opportunity, attn: Kathy Velkoff or Linda Walker, Room
335, 601 Lakeside Ave., Cleveland, OH 44113-1015; Construction Market
Data 3826 West 158th Street, Cleveland, OH 44111; Dodge Report Scan,
1255 Euclid Ave., Cleveland, OH 44115; American Subcontractors
Association, 2433 Manchester Road, Akron, OH 44314; and Cleveland
Builders Exchange, 981 Keystone Circle, STE. 1,Cleveland, OH 44131.
Posted 05/04/99 (W-SN327476). (0124) Loren Data Corp. http://www.ld.com (SYN# 0119 19990506\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|