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
|
|
|