Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2002 FBO #0382
MODIFICATION

Z -- Roof Replacement, Federal Building 1, 1500 East Bannister Road, Kansas City, Missouri

Notice Date
12/17/2002
 
Notice Type
Modification
 
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
GS06PGZC0539
 
Point of Contact
Carol Watkins, Contract Specialist, Phone (816) 823-4906, Fax (816) 823-2096,
 
E-Mail Address
carol.watkins@gsa.gov
 
Description
The text of this amendment contains the following change: The scope of work includes the following: 1) Replacing the approximately 641,890 square feet of existing roof over GSA controlled space with a new modified bitumen roof system; . . . Contact Person: Carol Watkins, GSA Contract Specialist, 816-823-4906; fax 816-823-5523. The purpose of this source selection procurement is to select a quality Design-Build Services contractor for Roof Replacement (IMO23015) at Federal Building 1, Bannister Complex, 1500 East Bannister Road, Kansas City, Missouri, Solicitation Number GS06P02GZC0539. The contractor selected will be responsible for taking the scope and performance documents (prepared by an architect/engineer) through design and construction. The estimated cost of design and construction for the design-build contract is between $5,000,000 and $10,000,000. The contract length shall be proposed by the Contractor and approved by the Government, but shall not exceed 15 months (450 calendar days) after Notice to Proceed, to be issued on or about May 6, 2003. This procurement will be completed using a two-step source selection process. 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 and Nebraska, and such office shall have been in operation as of the date of this announcement. Building 1 consists of a basement and a ground level. There have been numerous incidences of leaks in tenant space, with the possibility of severe damage to tenant property due to roof leaks. Building 1 of the Bannister Federal Complex is primarily used for warehousing and has a concrete barrel-vaulted roof structure. The roof is in poor condition and in need of complete replacement. The total project size is approximately 641,980 square feet. The building roofs are built-up modified bitumen of various compositions. The scope of work includes the following: 1) Replacing the approximately 641,890 square feet of existing roof over GSA controlled space; and 2) Increasing the roof system from an approximate average R-value of 9 to an R-value of 26. Asbestos contaminated material is on the roof, and 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. The request for technical proposals (RFTP) solicitation will be issued on or about January 15, 2003. All requests for the RFTP must be in writing. 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. A Pre-Proposal Conference will be held on or about January 23, 2003 at the GSA Office, 1500 East Bannister Road, Kansas City, Missouri. GSA will receive proposals on or about February 13, 2003. Date and time will be specified in the RFTP. Only one proposal will be submitted by each offeror. The Government will use the ?greatest value? concept in selecting the prime contractor. This 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. Proposals will be evaluated in two phases. Phase I will be technical evaluations of proposals to establish those within a competitive range. Phase II will be receipt of pricing and scheduling, which will only be received from those firms short-listed under Phase I technical evaluations. The short list will be published in FedBizOpps at www.FedBizOpps.gov, on or about March 17, 2003. Phase I technical proposals will be evaluated using the following technical factors, in descending order of importance: 1) Past performance of the firm; 2) Management plan; 3) Qualifications of key personnel; and 4) Team composition, organization and prior experience as a Design-Build team. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merits, price then becomes more important. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. 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 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. The Government will evaluate all proposals. The evaluation team will comply with the GSA Source Selection Policy with respect to nondisclosure, conflict of interest, safeguarding of data and any other regulatory or statutory requirement therein stated or referenced. This is a negotiated procurement that will result in a firm-fixed price contract. Award of a contract will be contingent upon funding approval. Prior to award of the 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. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 40% total for Small Business (SB), which includes 8% for Small Disadvantaged Business (SDB); 5% for Woman-Owned Small Business (WOSB), 2.5% for Hub Zone Small Business; (HZSB); 5% for Veteran-Owned Small Business (VOSB); and 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB). 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. Contact Carol Watkins, Contract Specialist, to request the RFTP and for questions concerning this announcement at 816-823-4906 or fax her at 816-823-5523. Technical questions should be directed to the Project Manager, George Gourse, at 816-823-2262.
 
Place of Performance
Address: Federal Building 1, 1500 East Bannister Road, Kansas City, Missouri
Zip Code: 64131
Country: USA
 
Record
SN00225510-W 20021219/021217213837 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.