|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369General Services Administration, Public Buildings Service (PBS),
Philadelphia Realty Services District (3PPRE), The Wanamaker Building,
100 Penn Square East, Philadelphia, PA, 19107 Z -- MODERNIZATION OF ELEVATORS IN THE MOORHEAD FEDERAL BUILDING,
PITTSBURGH, PA SOL GS-03P-99-CDC-0028 DUE 081699 POC Marjusz
Lewandowski, Contracting Officer, Phone (215) 656-6106, Fax (215)
656-5955, Email mark.lewandowski@gsa.gov WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-03P-99-CDC
-0028&LocID=58. E-MAIL: Marjusz Lewandowski, mark.lewandowski@gsa.gov.
Request for Phase One Technical Qualification Proposals. The GSA is
soliciting proposals from design-build firms, partnerships, or
joint-ventures for the Modernization of Elevators at the Moorehead
Federal Building, 1000 Liberty Avenue, Pittsburgh, PA. Contractor's
shall provide design/build services to completely modernize the
existing 18 elevators in the Moorehead Federal Building. All existing
elevators shall be modernized with the most up to date, field tested
and proven state of the art operation and control systems. Offerors
shall also refurbish elevator cabs, upgrade the machine room lighting,
upgrade fire safety in the machine room and elevator lobby, asbestos
abatement in the hoistway, hoistway work, and provide a dedicated
supplemental HVAC system for the elevator machine rooms. The facility
will be occupied during the modernization. The total cost for the
project shall not exceed $5,000,000. The facility must be available for
full beneficial occupancy not later than 850 calendar days after
receipt of the notice to proceed. The scope of the design-build
services under this proposed contract may include, but may not be
limited to, the following: (i.e. pre-design programming; site
investigations, complete design services; computer-aided design and
drafting -- CADD, Masterspec/CSI format; cost estimating -- Uniformat
level III/CSI Format; space planning; exterior and landscape design;
interior design; construction of mock-up; construction, post
construction contract services and other required supplemental services
if so requested by the Government. Also available from the Contracting
Officer is the CAD Deliverables Policy which will be incorporated as
a requirement of the awarded contract. Alternatively, you may access
the CAD Deliverables policy on the Internet at http://www.pbs3.gsa.gov
(Select "Vendor Information" and choose the link to the CAD Policy.).
Graphic submissions which reflect spatial information must comply with
this policy. A preproposal conference to discuss project objectives and
to answer questions will be held July 6, 1999 at 10:00 A.M. in room 200
of the Moorehead Federal Building, 1000 Liberty Avenue, Pittsburgh, PA.
Reservations are required and must be made prior to July 5, 1999. Firms
may, in lieu of attending, provide their questions in typed format.
Responses to all questions, whether verbal or written, will be
distributed to interested firms after the meeting. To insure all
interested firms are on the distribution list, firms who do not attend
the conference or provide written questions in advance should notify
the Contracting Officer in writing that they are interested. Phase One
Submission Requirements. Address each of the following factors. The
evaluation factors are listed in descending order of importance:
Design-Build Technical Approach/Philosophy. 1) Elevator Data,
Performance Criteria and Related Work: Submit a narrative,
demonstrating understanding of the required performance standards as
stated in the specifications. 2) Conceptual Design of Car Enclosure:
Submit a conceptual design of the car enclosure which includes material
finishes (both deluxe and premium), and indicates handicap
accessibility, Experience and Past Performance on Comparable Projects.
Describe at least three (3), but no more than five (5), projects that
have similar scope, requirements and complexity to the project
addressed herein. Projects must have been performed within the past 5
years. Offeror must have provided design, modernization and
construction services, Maintenance Approach and past Maintenance
Performance History: Describe at least three (3), but no more than five
(5), projects that have similar scope, requirements and complexity to
the project addressed herein. Projects must have been performed within
the past 5 years. Offeror must have provided maintenance/repair of
elevator systems, Work and Phasing Plan: Describe the proposed work
schedule for completion of modernization work in a timely, well planned
manner, including phasing to provide the best possible elevator service
whileavoiding excessive shutdown time. Will also consider offeror's
work plan for responding to routine as well as emergency calls during
and outside normal working hours, and for performing repairs as well as
needed tests of equipment and systems (Bonus points: Additional
evaluation points will be awarded for proposals that provide shorter
delivery times, and demonstrate more efficient phasing of the work),
Qualifications of Key Personnel and Staffing Plan: Submit resumes of
key personnel stating their availability and responsibility to the
proposed project. Resumes should describe currently held
position/title, proposed project position/title, education,
professional/technical licensing/certification, relevant project
experience and peer recognition of achievement or excellence over the
past five (5) years. Resumes shall be limited to a maximum of one page
per individual. On a summary sheet, identify key personnel roles in
supporting design and/or construction of "past performance" projects.
Provide a graphic organization chart illustrating how the design-build
team will be arranged for this proposed project. Include lines of
reporting and the responsibilities of each team member. Include two
references for each position submitted. Key Personnel shall include:
Project Manager, Maintenance Supervisor, Lead Foreman, Adjuster, and
Elevator Mechanic. Phase One Technical Qualification Proposals must be
received by the GSA, Allegheny Realty Service District (3PKC), The
Wanamaker Building, Room 809, 100 Penn Square East, Philadelphia, PA
19107, not later than August 16, 1999 at 3:00 PM. All submittals must
clearly indicate the solicitation number on the face of the envelope
for identification purposes. Late submittals will be handled in
accordance with FAR 52.215-1. The most highly qualified Phase One
offerors will be requested to submit Phase Two competitive proposals in
response to a Request for Phase Two Competitive Proposals (RFP). The
names of the offerors selected to participate in Phase Two will be
published in theCommerce Business Daily. The offerors selected to
participate in Phase Two will be notified of the submittal requirements
for Phase Two. Phase Two submission requirements include the submission
of a detailed technical proposal for design concepts and/or proposed
solutions to requirements addressed within the RFP's scope of work, and
a firm-fixed price proposal for providing the services required. The
technical proposal must also include a management plan demonstrating
the offeror's strategy for accomplishing the project as described in
the RFP; ensuring design and construction quality; controlling costs;
behavior and cooperation in partnering arrangements, and commitment to
customer satisfaction; and a delivery schedule defining the offeror's
proposed performance time for project completion. A bid guarantee in
the amount of 20% of the offer or $3 Million, whichever is lesser, will
be required of offerors participating in the Phase Two competition.
Phase Two proposals will be due 30 calendar days after the Phase Two
RFCP is issued to the firms selected to participate in Phase Two. Award
of a contract is contingent upon funding approval. This is a negotiated
procurement that will result in award of a firm-fixed price contract.
Offerors will not be reimbursed for expenses or efforts under Phase one
or Phase two submissions. This procurement is being solicited through
full and open competition under the Small Business Competitiveness
Program (SIC 1796). In accordance with Public Law 95.507, the
successful Offeror will be required to provide the maximum practicable
opportunities for small business concerns and small business concerns
owned and controlled by socially and economically disadvantaged
individuals to participate as subcontractors in the performance of this
contract. In support of the agency efforts, firms seeking consideration
for this contract should provide maximum practicable subcontracting
opportunities for small, small disadvantaged, and women-owned business.
Offerors must also provide a brief writtennarrative of outreach efforts
made to utilize small, small disadvantaged and women-owned businesses.
Phase Two offerors will be required to submit a subcontracting plan
with their technical proposal. An acceptable subcontracting plan must
be agreed to before contract award. This solicitation is being
electronically posted and may be downloaded by referencing the
solicitation number listed above at the website: http://eps.arnet.gov.
A diskette copy of the solicitation with reference drawings will be
made available to responding offerors. Responses should be mailed or
faxed to the attention of: MS. Michelle Garofalo, GSA, Allegheny RSD
(3PKC), The Wanamaker Bldg., Room 725, 100 Penn Square East,
Philadelphia, PA 19107, (215)656-5955. No telephone requests will be
accepted. The solicitation will be available on or about 6/21/99.
Posted 06/15/99 (D-SN342851). (0166) Loren Data Corp. http://www.ld.com (SYN# 0114 19990617\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|