Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,2000 PSA#2622

General Services Administration, Public Buildings Service (PBS), Central Area, Ft. Worth District (7PCF), 819 Taylor St., Room 14B06, Fort Worth, TX, 76102

Z -- DESIGN-BUILD CHILLER REPLACEMENT PROJECT FOR U.S. COURTHOUSE SOL GS-07P-00-UBC-5030 DUE 072800 POC Trudy Greer, Contract Specialist, Phone (817) 978-2611, Fax (817) 978-7508, Email trudy.greer@gsa.gov -- Darleen Dalby, Contracting Officer, Phone 817-978-2856, Fax 817-978-7508, Email dee.dalby@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-07P-00-UBC-5030&LocID=20. E-MAIL: Trudy Greer, trudy.greer@gsa.gov. Request for Phase One Technical Qualification Proposals. The GSA is soliciting proposals from design-build Mechanical firms for the delivery of: CFC Chiller Replacement Project, U.S. Courthouse, W. Tenth & Lamar St., Fort Worth, Texas, 76102, Project #ITX00178. The facility will be occupied by the U.S. Courts and related tenants. The total cost for the project is estimated between $300,000-$400,000. The facility must be available for full beneficial occupancy not later than 1 May 2001. The scope of the design-build services under this proposed contract may include, but may not be limited to, the following: site investigations; building load calculations; complete design services; computer-aided design and drafting-CADD; Masterspec/CSI format; cost estimating; LCC of equipment and/or systems; construction; post construction contract services; and other required supplemental services, if so requested by the Government. A copy of the Scope of Work, which describes major requirements and objectives, isavailable from Ms. Trudy Greer, Contract Specialist, 817-978-2856, 819 Taylor Street, Fort Worth, Texas, 76102. A preproposal conference to discuss project objectives and to answer questions will be held at 10:00 a.m. on 27 June 2000, at the U.S. Courthouse, 10th & Texas Street, Room B-4, Fort Worth, Texas. Reservations are required and must be made prior to 2:00 p.m. on 23 June 2000. Responses to all questions from the audience will be distributed to interested firms after the meeting. Phase One Submission Requirements: Address each of the following three (3) evaluation factors, which are listed in descending order of importance, with the first being significantly more important than the remaining two factors. Experience and Past Performance: 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 six years, having at least one of the first five Key Personnel listed below involved either in the same role as offered in this proposal, or in a major role which must be stated. Descriptions must include project size, award price, major program objectives, completion price, and schedule and actual completion dates, as well as any peculiarities that may be similar to this project. Identify the Owner, Principal Tenant, Design Architect/Engineer, and Construction Contractor for each project. If the project is on-going or recent (completed no longer than three years ago), furnish names, titles, current phone numbers and addresses of representatives of the Owner, Principal Tenant, Design Architect/Engineer, and Construction Contractor who are knowledgeable about the project. Successful projects in Federal courthouses are important. (GSA reserves the right to consider an offeror's performance on additional projects, which are similar in scope and not initially submitted by the Offeror, if GSA becomes aware of them in the course of evaluating an offeror's qualifications.) Qualifications of Key Personnel: Submit resumes 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 six 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 responsibilities of each team member. Include two references for each position submitted. Key Personnel include: Contractor Principal(s); Project Coordinator; Construction Supervisor; Architect/Engineering Principal(s); Chief Designers (Mechanical, Electrical, and Structural); and Architect Agent(s). Design-Build Approach/Philosophy. Submit a brief narrative, not exceeding three pages, describing understanding and familiarity of the architectural, structural, civil and MEP systems proposed in the Scope; energy conservation alternatives for major MEP systems, including life-cycle costing; and Technical approach to design-build delivery. Phase One Technical Qualification Proposals must be received by the GSA no later than 2:00 p.m. on 28 July 2000. 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 52.215-10. The three (3) most highly qualified Phase One offerors will be requested to submit Phase Two competitive proposals. Those offerors selected to participate in Phase Two will be notified of the submittal requirements, which will include the submission of a detailed technical proposal for design concepts, and/or proposed solutions to requirements addressed within the scope of work, and a firm-fixed priceproposal 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, commitment to customer satisfaction, and a delivery schedule defining the offeror's proposed performance time for project completion. Phase Two proposals will be due 30 days after notification is issued to the firms selected to participate in Phase Two. The procurement method for this project will be a competitive negotiated Request for Proposal (RFP), with proposals being evaluated using a two-phase "Greatest Value" selection process. Source Selection Procedures, as identified in FAR Part 15.3 will be utilized in the selection of a firm offering the greatest value to the Government in terms of technical proposal merit and price. Offerors will not be reimbursed for expenses or efforts under Phase One or Phase Two submissions. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. Copies of the Solicitation No. GS-07P-00-UBC-5030 will be available through the World Wide Web (www.eps.gov) only on approximately 28 June 2000. Posted 06/13/00 (D-SN464370). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0157 20000615\Z-0037.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page