COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26, 2001 PSA #2984
SOLICITATIONS
Z -- Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT FOR CONSTRUCTION IN GREATER ST. LOUIS, MISSOURI METROPOLITAN AREA, INCLUDING THE CITIES OF CAPE GIRARDEAU AND HANNIBAL, MO.
- Notice Date
- November 21, 2001
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division (6PMT-E), 1500 East Bannister Road, Kansas City, MO, 64131-3088
- ZIP Code
- 64131-3088
- Solicitation Number
- GS06P01GYD0015
- Response Due
- December 7, 2001
- Point of Contact
- Courtney Springer, Contract Specialist, Phone (816) 823-2276, Fax (816) 823-2284, Email courtney.springer@gsa.gov
- Description
- Modification of Invitation Notice for Request for Proposals for Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract for Construction in Greater St. Louis, Missouri Metropolitan Area, including the cities of Cape Girardeau and Hannibal, MO. JOB PCN: RMO22900. Issue Request for Technical Proposals (Phase I): 11/09/01. Receive Technical Proposals: 12/14/01. Issue request for Price Proposals (Phase II): 01/30/02. Receive Price Proposals: 02/14/02. Estimated Cost Range: $2,000 -- $5,000,000 per task order. Guaranteed Minimum: $1,000. Anticipated Maximum: $6,021,620. Time for completion: 365 calendar days after award. Typical task order could contain some or all of the following: Modifications to architectural components including but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork, and wall coverings. Work also includes modifications and replacement of mechanical systems to include but not limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems including pumps, HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work also includes electrical systems to include but not limited to: lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. The Government may award up to 7 Indefinite Delivery Indefinite Quantity contracts under this solicitation. Each award will be for one year. There will also be four additional one-year options. The award of a firm-fixed price task order will result from Phase II of this solicitation. It is anticipated that future projects will be awarded on a task order basis to the one contractor (of the seven awardees) who offers the lowest lump sum price. This is a competitive negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluations; Phase II will be for pricing. The Government intends to use the "greatest value concept" in making the selections. 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. Phase I, the Request for Technical Proposal (RFTP), contains Construction Contract Clauses, Labor Standards, Solicitation Provisions, Proposal Submittal Requirements and Evaluation Factors. The RFTP will be issued on or about 11/09/01. There will be an Industry Forum on or about 11/06/01. To request the RFTP and/or to sign up for the Industry Forum contact Courtney Springer (816) 823-2276. There will be a Pre-Proposal Conference on or about 11/27/01. Proposals shall be received in this office on or about 12/14/01. Specific date and time shall be specified in the RFTP. Only one proposal may be submitted by each offeror. There will be a short list of technically qualified contractors published in FEDBIZOPPS on or about 01/07/02. Offerors should submit proposals that are 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 to Phase II without discussions. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected to participate in Phase II and may discuss proposals with the offerors. The Government will evaluate Phase I submissions to establish those within a "competitive range." Only those firms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of pricing (a lump sum price) and any special requirements defined in the specification. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, 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 as important as the technical evaluation factor. As proposals become more equal in the technical merits, price becomes more important. The RFTP will be available from the General Services Administration at no cost; please mail or facsimile request to the General Services Administration, Attn: Courtney B. Springer, Technical Support Branch East (6PMT-E) 1500 E. Bannister Road, Room 2101, Kansas City, MO 64131-3088, FAX (816) 823-2284. Phase II Specifications (Proposal Documents) will be available from the General Services Administration to those within the competitive range at no cost. Technical questions should be directed to the Contracting Officer, Mitchell R. Akers, at (816) 823-2275. Firms classified as large business will be required to submit a subcontracting plan. All responsible sources may submit a proposal, which will be considered by the agency. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.307. FAR Clauses 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Contractors interested in this solicitation shall have an office within the St. Louis Metropolitan Statistical Area as of 09/26/2001. The St. Louis Metropolitan Statistical Area includes the following Missouri counties: Franklin, Jefferson, St. Charles, St. Louis, and St. Louis City. The area also includes the following Illinois counties: Clinton, Madison, Monroe, and St. Clair.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/6PMT-E/GS06P01GYD0015/listing.html)
- Record
- Loren Data Corp. 20011126/ZSOL003.HTM (D-325 SN5135Q2)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on November 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|