Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room 3516, Chicago, IL 60604-1696

Y -- PHASE II, GENERAL CONSTRUCTION FOR THE NEW US BORDER STATION IN SAULT SAINTE MARIE, MICHIGAN SOL GS05P00GBC0021 DUE 061200 POC Jason Gerloff (312) 886-1542 GSA, PBS, PROPERTY DEVELOPMENT (5PCO), 230 SOUTH DEARBORN STREET, ROOM 3512, CHICAGO, ILLINOIS 60604. Y -- PHASE II -- NEW CONSTRUCTION, U. S. BORDER STATION, INTERNATIONAL BRIDGE PLAZA, SAULT SAINTE MARIE, MICHIGAN, NMI00027, POC: Jason Gerloff 312/886-1542 or Jason.Gerloff@gsa.gov. CONTRACTING OFFICER, LAUREL F. SOLTAN at Laurel. Soltan@gsa.gov Construction services are being solicited for General Construction, including architectural, mechanical, fire protection, electrical and site work for Phase II of the new three story U. S. Border Station under construction in Sault Sainte Marie, Michigan. The structure is steel with concrete core, shear walls and exterior brick masonry with glazed curtain wall. Specialty work includes a vegetated roofing system. Phase II includes but is not limited to the following: sitework (including excavation and backfill, site utilities; site concrete, paving, landscaping, etc.); cast in place concrete (including foundations and footings, fill for steel deck, foundation walls, equipment pads and bases, fill for steel pan stairs); unit masonry (concrete masonry units for interior walls, brick exterior, reinforcing and anchorage); structural steel (fabrication and erection of structural steel); metal decking; metal fabrications (steel stairs, steel ladders, and pipe bollards, etc.); metal stairs (steel framed, steel pipe handrails, steel grating, and handrails attached); gratings (metal bar gratings, and metal angle frames and supports for gratings); rough carpentry (miscellaneous wood blocking, nailers and plywood); waterproofing; sprayed on fireproofing; joint sealers, doors and frames, and finish hardware; overhead coiling doors (insulation, non-insulated doors, operating door assemblies, and electric motor operation); visual display boards; metal toilet partitions; metal lockers; fire extinguishers and cabinets; postal specialties; operable panel partitions (manually operated paired panel partitions, and pocket lockers); closet specialties; equipment (projection screens, parking control equipment, and loading dock equipment); furnishings (shades, window treatment, draperies); security booths (prefabricated, custom, modular pre-assembled steel buildings); and the option of a firing range. "Go/no go" factors will include five years experience within the past 10 (ten) years performing as a prime contractor or subcontractor for at least 3 (three) multi-story commercial buildings, with a total dollar value more than $5 (five) million dollars. Experience includes on-site, phased construction coordination between prime contractors or as a subcontractor relative to other subcontractors and prime contractor. Experience should also include similar type buildings and facilities, including 24-hour operation, law enforcement and security environment, and heavy vehicular traffic, as well as experience with similar climatic conditions. The existing border station must be kept operational and fully functional with minimal-to-none disruptions to enforcement activities and movement of traffic. The experience required by key personnel proposed by the offeror should directly correspond 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, once "go no/go" factors have been satisfied. The three- (3) story building will contain office and federal protective functions. Spaces include general office, training rooms, toilet rooms, loading dock, lobbies/waiting areas, detention cell clocks, pistol range, fitness/exercise rooms. The actual release date for the Request for Proposals is anticipated on or around July 19, 2000. Funds are not presently available and award is contingent upon the availability of appropriated funds fromwhich payment for contract purposes can be made. The performance period for Phase II from contract execution to project completion is approximately 24 months. The resulting contract type shall be firm, fixed-price. Small business criteria are based on the contractor's average annual receipts for the proceeding three (3) years. The estimated value for the portion of construction designated Phase II (SIC 1542 General Contractors $17.0 million) is more than 10 (Ten) million dollars. 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 women-owned, and HUBZone businesses are strongly encouraged to participate. Small, disadvantaged businesses and HUBZone concerns must be pre-certified 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. 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, small women-owned, and HUBZone 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. Potential offerors having the capabilities to perform the services described herein are invited to request being placed on the Bidders List. All offerors will submit a nonrefundable cashier's check or money order to a specified blue printing company to cover the cost of the Specifications and Drawings. Information on price and the company's name will be forwarded to all those listed on the Bidders List at a later date. All payments and requests should be addressed to Jason Gerloff at GSA, 230 South Dearborn St., Chicago, IL 60604-1503, (312) 886-1542. The entire mailing will include one package of drawings and one package (as many as 4 books) of specifications. Both drawings and the RFP can be viewed at the Builders Exchange, 1238 S. Garfield Ave., Traverse City, MI 49686, once issued. Posted 05/03/00 (W-SN450964). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0116 20000505\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page