Loren Data Corp.

'

  
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