Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369

General 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