Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

Z -- RICHARD BOLLING FEDERAL BUILDING RENOVATION

Notice Date
September 13, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
ZIP Code
64131
Solicitation Number
GS-06P-01-GZC-0513
Response Due
September 27, 2001
Point of Contact
Karen Poole, Contracting Officer, Phone (727) 823-4920, Fax (816) 823-2096, Email karen.poole@gsa.gov -- Carol Watkins, Contract Specialist, Phone (816) 823-4906, Fax (816) 823-2096, Email carol.watkins@gsa.gov
Description
CBD SYNOPSIS -- RICHARD BOLLING FEDERAL BUILDING RENOVATION-IMO21451 601 East 12th Street, KANSAS CITY, MISSOURI The project is for the first phase of a four phase program to renovate an 18-story office building. Approximately 112,000 gross square feet of the 1.2 million gross square foot building will be renovated in this Phase I project. Estimated cost range: $18,000,000 to $22,000,000. Completion time: 450 calendar days after receipt of Notice to Proceed, to be issued on or about April 1, 2002. This contract is restricted only to those firms having an existing general construction contracting office in one of the following four states: Kansas, Missouri, Iowa or Nebraska, and such office shall have been in operation as of the date of this announcement. =20 This Phase I project will be limited to floors 1, 15, 16, and 18, and the roof. The building will be occupied during construction; however, floors 15, 16, and 18 will be vacant. Base Bid contract work includes: replacement of main roof system; demolition of interior walls, ceilings, lights, HVAC distribution system, asbestos abatement; replacement of the HVAC distribution and control system; installation of new ceiling system, lighting, and perimeter walls; and upgrade of central air handling plants on the 18th floor. Option Bid work includes Tenant Fit-Out work including: build-out of interior walls, wall finishes, and floor finishes. Asbestos abatement will be a major portion of this project. Asbestos fireproofing covers the underside of every floor slab. Any contractor or subcontractor performing asbestos abatement shall satisfy special competencies and provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with the hazardous materials involved. The Government will not indemnify against such risk. Construction work that is disruptive to the tenants and building operations must be completed after regular business hours. =20 This is a competitive negotiated acquisition using source selection procedures. Proposals will be evaluated in two phases. Phase I will be technical evaluations. Phase II will be receipt of pricing, which will only be received from those firms short-listed under Phase I technical evaluations. The Government intends to use the "greatest value concept" in selecting the prime contractor. The "greatest value concept" is a method of evaluating price and other related factors specified in the solicitation, with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price.=20 The Government will evaluate all proposals. Two factors will be considered -- technical qualifications and price. The elements that make up the technical evaluation factors, in order of importance, are (1) Experience and Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management and Technical Approach. The price factor is not initially as important as the technical evaluation factor. As proposals become more equal in their technical merits, price then becomes more important. =20 Phase I, the Request for Technical Proposal (RFTP), will include a general scope of work, minimum site and floor plan layouts, the Solicitation Provisions, the Proposal Submittal Requirements and the Evaluation Factors. This RFTP will be issued on or about 9-27-01. All requests for the RFTP must be in writing and faxed to Carol Watkins, Contract Specialist at 816-823-2096. Those requesting the RFTP must provide valid identification in the form of one of the following: a business license; DUNS number; or valid state driver's license. There will be a Pre-Proposal Conference on or about 10-9-01. Proposals will be received in this office on or about 10-30-01. Specific date and time will be specified in the RFTP. Only one proposal may be submitted by each offeror. The Government will evaluate Phase I submissions to establish those within a competitive range. There will be a short-list of these technically qualified contractors published in FedBizOpps (www.FedBizOpps.gov) on or about 12-14-01. Only those firms within the competitive range will be invited by the Government to make Phase II submissions, which shall consist of Pricing, the subcontracting plan and special competency requirements. Proposals submitted should be acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. Prior to award of contract, the contractor, if not a small business, will be required to submit and have GSA approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit a bid, which will be considered by the agency within the limits of this announcement. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. =20 The RFTP specification will be available on or about 9-27-01. The Bid Documents for Phase II -- Price proposals will be available for viewing at plan rooms on or about 1-18-02. Printed sets and drawings on CD produced in Autocad for Phase II -- Pricing may be purchased directly from a printer to be determined. Cost of prints and CD will be non-refundable and shall be paid directly to the printer. The list of plan holders will be based only on those requesting the Bid Documents. Those requesting drawings, plans, and/or specifications must provide valid identification in the form of one of the following: a business license; DUNS number; or valid state driver's license. Contact Carol Watkins, Contract Specialist, to request the RFTP and for questions concerning this announcement at 816-823-4906 or fax her at 816-823-2096. Technical questions should be directed to the Project Manager, Brian McDevitt, at 816-823-2693, or Bob Ek at 816-823-4914. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/6PCA/GS-06P-01-GZC-0513/listing.html)
Record
Loren Data Corp. 20010917/ZSOL001.HTM (D-256 SN50X5E7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com