Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620

General Services Administration, Public Buildings Service (PBS), Nova Service Delivery Team (WPD), 7th & D Streets, S.W., Room 7919, Washington, DC, 20407

Y -- CONSTRUCTION SERVICES FOR THE NATIONAL WORLD WAR II MEMORIAL SOL GS-11P-00-ZEC-0031 DUE 081400 POC Christine Kelly, Contracting Officer, Phone (202) 401-8102, Fax (202) 401-1701, Email christine.kelly@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-11P-00-ZEC-0031&LocID=303. E-MAIL: Christine Kelly, christine.kelly@gsa.gov. The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Building and the intent to issue a Request for Proposals (RFP) for Construction Services for the National World War II Memorial located on the National Mall in Washington, DC. The American Battle Monuments Commission (ABMC) has been authorized by Congress to establish the National World War II Memorial and has selected GSA as its agent for project management and procurement services. The contract will be firm-fixed-price with an award-fee provision. The project will also involve _Partnering_ and be eligible for GSA Construction Excellence recognition. The solicitation process will utilize source selection procedures in accordance with FAR 15.3. The selection procedures will employ tradeoffs, and technical factors are significantly more important than price and price- related factors. The three technical factors and their weights are described hereinafter. Offerors must demonstrate successful Experience (40%) as a General Construction Contractor (GC) on at least three (3) similar projects. All evaluated projects must be completed within the past six (6) years (substantial completion must have been reached between August 1994 and July 2000). Two of the projects must have the following characteristics: (1) The project was for a new building or structure, which included foundation excavation requiring constant ground-water containment and which required moisture-restraining structures; and, (2) The project site restricted staging of materials and provided for maintaining pedestrian and traffic flow around the site; and, (3) The total construction price at award of the construction contract was not less than $40 million. The third project presented must include the installation of exterior artwork and major decorative stonework the cost of which must be at least $2 million. (If one of the two previous projects included the installation of artwork and stonework valued over $2 million, that project can also beevaluated as the third project). Failure to meet these requirements will render the offer technically unacceptable. (The Government will evaluate these three aforementioned projects and up to a total of 10 projects related to experience.) Offerors will also be evaluated on Past Performance of their team including key subcontractors (40%); and, an Understanding of the Work, Management Approach and Subcontracting Plan (20%). This solicitation is open to both small and large business firms under the Small Business Demonstration Test Program. The magnitude of the estimated price of construction is $50 million to $70 million. The small business size standard for the procurement is average _annual receipts_ of $17 million (SIC 1542) in accordance with FAR 19.1. Large business firms will be required to submit an acceptable Small, Small Disadvantaged Hubzone and Women-Owned Business Subcontracting Plan in accordance with the solicitation. ABMC and GSA are committed to assuring that maximum opportunity is provided tothe small business community to participate in this contract. The RFP will be issued on or about July 7, 2000, and initial proposals will be due 30 days after issuance. The tentative procurement schedule and steps of the selection process will be detailed in the RFP. The schedule is subject to change and is dependant upon final design approval by the Commission of Fine Arts, the National Capital Planning Commission, and the Secretary of the Interior. In accordance with GSA policy, the RFP will be issued using the Electronic Posting System (EPS). GSA will be issuing this solicitation electronically. Interested parties may access the solicitation at http://www.eps.gov/. This site provides instructions for downloading the solicitation files. The solicitation also incorporates documents which are not available electronically. The file titled _instructions.doc_ will contain instructions on obtaining those documents. Posted 06/09/00 (D-SN463146). (0161)

Loren Data Corp. http://www.ld.com (SYN# 0121 20000613\Y-0015.SOL)


Y - Construction of Structures and Facilities Index Page