COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668 GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 Y -- NEW CONSTRUCTION OF U.S. COURTHOUSE, ORLANDO, FLORIDA SOL
GS-04P-00-EXC-0018 POC Linda Lockett (404) 331-4624 CONSTRUCTION
EXCELLENCE FOR THE CONSTRUCTION OF THE NEW U.S. COURTHOUSE-ORLANDO,
FLORIDA, Request for Proposal (RFP) No. GS-04P-00-EXC-0018. This notice
announces the soliciation requirement for construction of the new U.S.
Courthouse, Orlando, Florida. Minor changes to the previous
pre-solicitation notice regarding the Participation Phase during Stage
II and Stage III and final submission of the contractor's revised
technical proposal and revised price proposal are included herein.
Construction contractors may continue to request to be put on the
Bidder's Mailing List by submitting a one page letter 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; If an offeror submitted a
response to the previous notices, then it is not necessary to resubmit
a second response; however, offerors may continue to submit their
initial requests up until the issuance of the RFP; The courthouse will
consist of approximately 28,642 m2 (308,304 gsf) including 1,300 m2
(14,000 gsf) for indoor parking; The Estimated Construction Cost at
Award for the project is $50,000,000 to $57,000,000; The Request for
Proposal (RFP) is tentatively scheduled to be issued on September 15,
2000; A Pre-Proposal Conference and site visit is tentatively scheduled
to be held approximately ten (10) days following the issuance of the
RFP, to answer questions that offerors may have concerning the price
and technical evaluation criteria. A Small Business Subcontracting
Networking Session is scheduled to immediately follow the Pre-Proposal
Conference. 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 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. 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, materialsand 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
issue a Request for Proposal (RFP) for technical and price submissions
at 30% design completion documents from those firms responding to any
of the Pre-Solicitation CBD announcements. 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 -- point total
1000: (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 tothe offeror. Stage II Submission:
During this stage those firms selected within the competitive range
will enter into the Participation Phase of the solicitation. The
offerors are expected to be involved in the participation phase from
approximately 30% completion of design development through 95%
completion of construction documents. The level of effort in this phase
includes the following: participation in a 3- 4 day value engineering
workshop -- including preparation of written comments, perform one
constructability review during Design Development at 40%-60% design
complete, prepare one independent estimate during Design Development at
40% -- 60% design complete and lastly at 95% design complete perform a
review of the construction documents in preparation for a presentation
to GSA, in Stage III, where final recommendations for improvement of
the project will be identified. 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 $30,000 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 proposal and revised price proposal
including 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, 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 Stage III 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. 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. Following the Pre-Proposal Conference that is
scheduled during Stage I, the General Services Administration (GSA)
will host a Subcontracting Opportunities Networking Session for Small,
Small Disadvantaged, Minority, and Woman-Owned Businesses. The
Networking Session is intended to affirm GSA's recognition of the
talent that exists in the small business community and its commitment
to opening a dialogue between the community and the firms which are
considering bidding on this project. Prospective small business
subcontractors will be given an opportunity to network with potential
prime contractorsand to showcase their special talents and abilities as
qualified subcontractors. Questions about the Networking Session should
be directed to either David Gibson, GSA Small Business Contact for the
Project (404) 331-2366; Internet: DavidA.Gibson@GSA.Gov, or to Pat
Geisinger, GSA Small Business Technical Advisor, Office of Enterprise
Development (404)331-3031; Internet PatGeisinger@GSA.GOV. THIS IS NOT
A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. End of CBD Posted 08/17/00
(W-SN487310). (0230) Loren Data Corp. http://www.ld.com (SYN# 0135 20000821\Y-0003.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on August 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|