|
COMMERCE BUSINESS DAILY ISSUE OF MAY 31,2000 PSA#2611GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 Y -- CONSTRUCTION EXCELLENCE FOR THE CONSTRUCTION OF THE NEW UNITED
STATE COURTHOUSE-ORLANDO, FLORIDA SOL GS-04P-00-EXC-0018 DUE 060900 POC
Contracting Specialist -- Linda F. Lockett (404) 331-4624 WRITTEN
EXPRESSIONS OF INTEREST FOR CONSTRUCTION EXCELLENCE FOR THE
CONSTRUCTION OF THE NEW U.S. COURTHOUSE-ORLANDO, FLORIDA
-GS-04P-00-EXC-0018. The General Services Administration (GSA)
announces an opportunity for construction excellence in public
construction and is soliciting written expressions of interest from
qualified contractors desiring to compete in the procurement process
for the referenced project. Construction contractors should submit only
a one page letter of interest to the attention of Linda F. Lockett,
Contract Specialist, General Services Administration (GSA), Property
Development Division, 401 West Peachtree Street, N.W., Suite 2500,
Atlanta, GA 30308 by June 9, 2000. GSA intends to contract for complete
construction services for a new U.S. Courthouse in Orlando, Florida
with construction contractors that offer the best overall value to the
Government by demonstrating a commitment to construction excellence,
by providing and maintaining a viable team organization and by
adherence to the budgetary and time parameters for this project. The
proposed U.S. Courthouse will be constructed in the Orlando Downtown
Business District. The courthouse will consist of approximately 28,010
m2 (301,504 gsf) including 1,300 m2 (14,000 gsf) for indoor parking.
The building will be occupied by the U.S. District Courts, U.S.
Magistrate Courts, District Clerk of Court, U.S. Probation Court,
Circuit Satellite Library, the U.S. Marshal Service, U.S. Pretrial and
GSA joint use space. The courthouse will provide approximately eight
district courtrooms, approximately six magistrate courtrooms, offices,
sallyport, detention cells, ADP area, and joint use GSA space for
conference/training rooms, food services, etc. Approximately
thirty-five (35) secured, indoor parking spaces will be provided. In
addition, the project will include a maximum of 200 surface parking
spaces to accommodate official vehicles and the handicapped. Occupancy
is planned for FY 2004. The Estimated Construction Cost at Award
(ECCA) for thisproject is $35,000,000 to $55,000,000. This procurement
is advertised on an unrestricted basis. The Standard Industrial Code
for this procurement is 1542. The project is in Metric Units of
Measure. The contractor selected will be required to supply all labor,
materials and supervision to perform the complete services as required
by the Scope of Work under the resultant contract. The contractor will
be chosen competitively utilizing FAR Part 15 Source Selection
procedures in conjunction with the Best Value Trade-off process. Based
on the complexity and importance of this project, the Government deems
it to be in its best interest to consider award to other than the
lowest priced offeror or other than the highest technically rated
offeror. Therefore, combined technical evaluation factors will be
significantly more important than cost or price. The final price will
encompass all-inclusive costs for the entire project including the
administrative cost of processing change orders throughout the course
of this project. The Government anticipates the award of a Fixed-Price
Incentive (successive targets) Contract (see FAR Part 16.403-2), based
on a final negotiated or accepted price, to the contractor that offers
the best overall value to the Government. The primary objective of
this process is to select the most technically qualified contractor
that offers the best overall value to the Government when all factors
including price are considered. The entire procurement process will be
performed in three (3) Stages. Stage I Submission: During this stage,
the Government will request technical and price submissions for 30%
design completion documents via a Request for Proposal (RFP) package
from those firms responding to this Pre-Solicitation CBD announcement.
A Pre-Proposal Conference and site visit may be held approximately ten
(10) days following the issuance of an RFP, approximately August, 2000,
to answer questions that offerors may have concerning the price and
technical evaluation criteria. Any scope changes by the Government that
may result from the pre-proposal conference may be incorporated into
the Scope of Work at any time prior to the final request for price
proposal submission at no recompense to the offeror(s). The technical
factors will be as follows: (1) Offeror's Experience on Similar
Projects (200 Points); (2) Offeror's Past Performance on Similar
Projects (200 Points); (3) Experience and Qualifications of Key
Personnel of the Prime (150 Points) and (4) Management Plan Outline (50
Points). The submission of price will be simultaneous with the
submission of the technical data but under separate cover and will be
based on documents supplied by the A-E design firm relative to the 30%
design completion. This price should reflect the contractor's
Firm-Fixed Price Proposal for General Contractor Services and a
separate Proposed Target Cost and Target Profit for the remainder of
the work which will be incentivized. The Ceiling Price (total price for
all contract work) will be provided in the RFP. Following the
evaluation of the technical proposals, a competitive range of no more
than three (3) contractors that offer the best values will be selected
in accordance with FAR Part 15.306-(c) to further compete in Stages II
and III. Any and all cost saving concepts and scope improvement
measures submitted or discussed by the offerors as part of Stage II and
III becomes the property of the Government and may be incorporated into
the drawings and specifications for use under this project at no
recompense to the offeror. Stage II Submission: During this stage those
firms selected within the competitive range will enter into the
Participation Phase of the solicitation. During this phase, these firms
will participate in Value Engineering Workshops and Constructability
reviews which will be outlined in the RFP Scope of Work. The offerors
are expected to be involved in the participation phase from 30%
completion of design development through 95% completion of construction
documents. The offerors will each be required to participate in good
faith and provide reports documenting their comments to enhance the
project's cost savings and constructability. Following the completion
of this phase, the offerors' efforts will be evaluated by the
evaluation board as follows: Stage II Technical Evaluation Factors: (5)
Design Development Participation Phase (250 Points maximum) will
consist of the following sub-factors: #1. Value Engineering Workshop
(50 pts.); #2Written Comments/Ideas (50 pts.); #3Design Development
Constructability Review 70%+/- (50 pts.); #4 Estimate Development (50
pts.); and #5 95% Construction Document Review (50 pts.). The offerors
will be provided a predetermined stipend (approximately $22,000 for
each firm for total effort) for their services rendered during this
phase. This stipend is to be paid to all firms in the competitive range
that participate in good faith following award to the successful
offeror. The score for Factor (5) will not be evaluated until later in
Stage III. Stage III Submission: During this Stage, Factor (6),
Construction Document Phase (150 Points maximum) will consist of the
following sub-factors: #1 Construction Document Presentation (50 pts);
#2 Detailed Project Management Plan and Technical Approach (50 pts);
and #3 Subcontractor Qualifications (50 pts maximum) which will include
the following sub-factors: #1 Information on Subcontractor (25 pts) and
Small Business Subcontracting Plan (25 pts). The offerors in the
competitive range will engage in discussion with GSA, this should
include a discussion of the offerors' submission of their management
plan and subcontractor information. After the discussion, the
Government will request a revised technical and price proposal, along
with a mandatory, proactive Subcontracting Plan, pursuant to FAR Part
19.705-4 encompassing the following minimum Socio-Economic Program
minimum goals: Small Business (23%), Small Disadvantaged Business (5%),
Small Women-Owned Business (5%) and HUBZone Businesses (1.5%). A
failure to submit this plan in conjunction with the StageIII final
price proposal, when requested, will render the offer unacceptable. All
correspondence in response to this announcement must clearly indicate
the solicitation number GS-04P-00-EXC-0018. In response to the RFP that
is scheduled to be published in August, offerors are encouraged to
submit their proposals on their most favorable terms and following the
combination of the evaluation of technical factors 1-6 with the final
price proposal submission, the Government will award to the firm that
offers the best value. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL
PROPOSALS. End of CBD Posted 05/26/00 (W-SN459176). (0147) Loren Data Corp. http://www.ld.com (SYN# 0088 20000531\Y-0003.SOL)
Y - Construction of Structures and Facilities Index Page
|
|