MODIFICATION
Y -- Renovation Construction Services for the Frank M. Johnson, Jr,. Federal Building
- Notice Date
- 2/11/2003
- Notice Type
- Modification
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCA), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
- ZIP Code
- 30365
- Solicitation Number
- GS-04P-02--EXC--0077
- Response Due
- 3/12/2003
- Point of Contact
- Wylene Bell, Contract Specialist, Phone 404-331-4617, Fax 404-331-7063, - Linda Lockett, Contracting Officer, Phone 404-331-4624, Fax 404-331-7696,
- E-Mail Address
-
wylene.bell@gsa.gov, linda.lockett@gsa.gov
- Description
- The General Services Administration announces the solicitation of PHASE II - RENOVATION CONSTRUCTION SERVICES for the Frank M. Johnson, Jr. Courthouse located at 15 Lee Street, Montgomery, Alabama. The Request for Proposal (RFP), drawings and specification package wil be available from the following printer: Alabama Graphics, 350 East Jefferson Davis Avenue, Montgomery, AL 36104, their telephone number is (334) 263-0529. The cost for obtaining this RFP package will be $100.00 which will be refundable when the drawings are returned to the printer. Make check payable to Barganier, Davis and Sims Architects Associated. You must call Alabama Grahics to coordinate the printing of your RFP package for pick up. All recipients of this RFP package will be required to fill out a "Document Security Notice" form available from the printer before the package can be pick up. The contractor selected will be required to furnish all labor, equipment, materials, tools, transportation, and supervision to renovate this building as required by this RFP. This facility is approximately 138,000 gross square feet (12,820 square meters) with 77,000 occupied square feet. Renovation completion time for this project is approximately 300 calendar days. This procurement will be advertised on an unrestricted basis. The project is in Metric Units of measure. The estimated construction cost range for this project is between $10,000,000 and $15,000,000. The applicable NAICS Code for this procurement is 233320 with a Small Business Size Standard of $27.5 million. A General Construction Contractor will be procured for the above services utilizing Source Selection procedures in accordance with FAR Part 15. The Government contemplates the award of a Firm-Fixed Priced (FFP) type contract. The best value continuum concept will be utilized for evaluation of offers and selection of the successful offeror. The best value approach provides the opportunity for cost/technical tradeoffs; therefore, award will not necessarily be made to the lowest priced offer or the highest technically ranked offer. The Government will select the proposal that represents the best value based on the evaluation of both price and technical factors. All technical evaluation factors total score is significantly more important than cost (or price). The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The following technical evaluation factors will be evaluated. 1) Firm's Past Performance in Providing Similar Construction Services (400 Points). The offeror is required to (a) Demonstrate past performance by listing and submitting references on at least three similar size CONSTRUCTION projects that it, as a prime contractor, has performed. (b) Demonstrate past performance and ability in working in a non-adversarial relationship with an owner/developer, including litigation avoidance. (c) Demonstrate compliance with subcontracting goals in past performance; 2) Firm's Staffing Plan and Experience of Key Personnel (400 Points). The offeror is required to (a) Demonstrate construction experience with proposed staff (at least five years experience) in key positions on similar size project that would ensure a reasonable expectation of project success. (b) Provide a complete and rational staffing plan; 3) Firm's Past Experience and Knowledge of the Construction Market in the Montgomery, Alabama area (200 Points) ? The offeror is required to (a) Demonstrate past experience by listing and submitting references on at least three CONSTRUCTION projects that it, as a prime contractor, has performed within 100 miles of Montgomery, AL. All proposals submitted must furnish a bid/bond guarantee in accordance with FAR 28.101-2. The bonding corporate surety must appear on the list contained in the Department of Treasury Circular 570-Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable reinsuring Companies or acceptability of Individual Sureties. Prior to award, the apparent awardee must submit an acceptable "Subcontracting Plan" to include a Small Business and Small Disadvantaged Business Subcontracting Plan, as applicable, and required by the FAR Clause 52.219.9 Small Business, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan. Large Businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: Small-Businesses (40%), Small Disadvantaged Businesses (10%), Women-Owned Small Business (5%), Service-Disable Veteran (3%), Veteran-Owned Small Business (5%) and HUBZone (2.5%). A NONCOMPLIANCE WILL RESULT IN THE REMOVAL OF THAT OFFEROR(S) PROPOSAL FROM FURTHER CONSIDERATION. Proposals shall consist of one (1) original and three (3) copies of all material submitted. Proposals must be submitted on 8 1/2 x 11 paper, spiral bound, and organized to correspond to the aforementioned evaluation factors and submission requirements. The price proposal shall be submitted simultaneous with the technical proposal, but sealed in a separate envelope marked "Price". Photographs may be incorporated into proposals if desired, but limited to no more than one (1) per project. Proposals will be due on March 12, 2003, by 2:30 p.m. (local time). Late proposals will be handled in accordance with FAR 14.304. The Pre-Proposal Conference is tentatively scheduled to be held on February 26, 2003, 1:30 pm (local time), at the U.S. Courthouse Annex, Montgomery, AL., to answer questions that offerors may have concerning the scope of services and evaluation criteria. To make the meeting as efficient as possible, you are encouraged to submit any questions you may have about the scope of services or the evaluation criteria to Wylene Bell, Contracting Officer, Internet: Wylene.Bell@gsa.gov two (2) days before the Pre-Proposal Conference. A Small Business Subcontracting Networking Session (this session is for small business subcontractors to be given an opportunity to network with potential prime contractors) is scheduled to immediately follow the Pre-Proposal Conference. Questions concerning the networking session should be directed to David Gibson, GSA, at (404) 331-2366: Internet: David.Gibson@gsa.gov. Proposals shall be addressed to the attention of Wylene Bell, General Services Administration, Property Development Division, 4PCA, Suite 2513, 401 West Peachtree Street, N. W., Atlanta, GA 30308-2500. Inquiries should be directed to either Wylene Bell, Contracting Officer, at (404)331-4617 or Linda Lockett, Contract Specialist, at (404)331-4624, FAX (404)331-7063.
- Place of Performance
- Address: Frank M. Johnson Jr., Courthouse,15 Lee Street Montomery, Alabama.
- Zip Code: 36104
- Country: USA
- Zip Code: 36104
- Record
- SN00257514-W 20030213/030211213843 (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 |