Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,2000 PSA#2642

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550

Y -- WRITTEN EXPRESSIONS OF INTEREST IN CONSTRUCTION OF NEW US. COURTHOUSE, GULFPORT, MS SOL GS-04P-00-EXC-0005 DUE 072600 POC Phil King, Contracting Officer, 404/331-4620 or e:mail phil.king@gsa.gov Written Expressions of Interest in Construction of the New U. S. Courthouse in Gulfport, Mississippi-GS-04P-00-EXC-0005. 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 subject project. GSA intends to contract for pre-construction and complete construction services for a new U.S. Courthouse in Gulfport, Mississippi with the construction contractor that offers the best overall value to the Government by demonstrating a commitment to construction excellence, 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 Gulfport Central Business Area (CBA). The courthouse will consist of approximately 20,493 gross square meters (220,000 g.s.f.), including 50 secured inside parking spaces provided for official vehicles and for the handicapped. The building will be occupied by the U. S. 5th Circuit, District Court, Magistrate Court, District Clerk of Court, Bankruptcy Court, Probation, U.S. Attorneys, Trustees, Circuit Library, Senate, and the U.S. Marshals Service. The courthouse will provide four (4) district courtrooms, two (2) magistrate courtrooms and two (2) bankruptcy courtrooms with ten (10) chambers, offices, sallyport and detention cells, ADP area, joint use GSA space for conference/training rooms, etc. and one hundred (100) secured, outside parking spaces. Occupancy is planned for FY 2003. The ECCA (ceiling price) for this project is $36.5 million. 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. Utilizing the concept of best value, the construction contractor will be competitively chosen employing FAR Part 15-Source Selection procedures via a Source Selection Evaluation Board (SSEB). The Government intends to award a Fixed Priced Award Fee contract, in accordance with FAR 16.404. Offerors will be required to submit a price proposal for construction services based upon 25% to 35% design documents. At Design Completion, i.e. 100% Construction Documents, the firm fixed price will be renegotiated with the successful offeror at or below the ECCA. Award of the construction services under the subject solicitation is subject to the renegotiation of contract price at Design Completion and receipt of construction funding. Therefore, the award of this contract will be for preconstruction services with an option for construction services. The final fixed price for construction services shall encompass cost for the entire scope including the administrative cost of processing change orders throughout the course of this project. In the selection of the most qualified offeror, technical evaluation factors will be significantly more important than cost or price. Offerors should submit all proposals on their best terms as the Government may elect to make award without discussions. The procurement process will be performed in two Stages. Stage I: In order to be eligible to compete for award, qualified construction contractors must submit a one page letter of interest, along with a statement from a bonding surety, on the surety's letterhead, certifying their ability to obtain bonding capacity commensurate with the ECCA of $36.5 million. The proposed Corporate surety must appear on the list contained in the Department of Treasury Circular 570 "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds. . . " in accordance with the requirements of FAR 28.202 and 28.203. This data must be submitted to the attention of Phil King, Contracting Officer, General Services Administration (GSA), Property Development Division, 401 West Peachtree Street, N.W., Suite 2500, Atlanta, GA 30308 by 26 July 2000 at 4:30 p.m. local time. Late and/or incomplete submissions for all stages will be handled in accordance with FAR 52.214-7 and may render an offeror ineligible for further participation. Stage II- Offerors successfully responding to the Stage I requirements will be forwarded a Request For Proposal (RFP) package requesting both technical and cost/price data (based on approximately 25% to 35% A-E design documents) to be submitted each under separate cover and in the requested format. A Small Business Subcontracting Plan in accordance with FAR 19.7 (applicable to large businesses only) will also be required. The RFP package will also contain information relevant to the date, time and place of a pre-proposal conference, site visit and a SocioEconomic Program Meeting (SEPM). The purpose of the SEPM is to provide facilities and time for Small Businesses and SDB's to interact with prospective offerors, market themselves and promote possible business ventures and/or teaming arrangements. Technical data, as requested in the RFP, shall be submitted under separate cover in an 8-1/2" X 11" spiral bound format that chronologically responds to the following five (5) evaluation factors: (1) Past Experience on Same or Similar Projects; (2) Past Performance on Same or Similar Projects; (3) Experience and Qualifications of Key Personnel of the Prime as well as Major Subcontractors (i.e. Mechanical, Electrical, Structural, etc.); (4) Management Plan and Technical Approach; (5) Offeror's proposed approach for successful and meaningful participation and performance during the design phase. Following the evaluation and scoring of technical data by the SSEB and then price proposals, the SSEB will recommend an offeror for award. The successful offeror will agree to provide compensable pre-construction services and assist the Government and it's Architect-Engineer in the design process and to provide a firm fixed price at 100% Design completion that is at or below the ceiling price (ECCA) of $36.5 million, exclusive of the award fee. The Government will also require the submission of a proactive Subcontracting Plan pursuantto FAR 19.705-4 with Stage II price proposal submissions encompassing the Socio-Economic Program goals. Failure to submit this plan in conjunction with Stage II submissions will render the offer non-responsive. All correspondence in response to this announcement must clearly indicate the solicitation number GS-04P-00-EXC-0005. The successful offeror will be required to submit a final SBA Subcontracting Plan based on the final firm fixed price proposal. The Small business goals for GSA are 23% to small businesses, 5% to small disadvantaged businesses, 5% to woman owned businesses, and 1.5% to HUB Zones. Noncompliance with the established time-frames for any and all submissions will be handled in accordance with FAR Part 15.208 and may result in the offeror's disqualification from further participation in this procurement. Electronic transmissions and faxes are not permitted for proposal submissions at any stage of this process. Funding of the actual construction portion of the contract is based on availability of funds. This is not a request for price or technical proposal. Posted 07/12/00 (W-SN474085). (0194)

Loren Data Corp. http://www.ld.com (SYN# 0132 20000714\Y-0010.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on July 12, 2000 by Loren Data Corp. -- info@ld.com