Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOLICITATION NOTICE

Y -- Forest Service Collocated Administrative Facilities Design/Build Project

Notice Date
2/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Alaska Region, P.O. Box 21628 Acquisition Management Regional Office, Juneau, AK, 99802-1628
 
ZIP Code
99802-1628
 
Solicitation Number
RFP-R10-04-029
 
Response Due
3/17/2004
 
Archive Date
4/19/2004
 
Point of Contact
Walter Ullmayer, Contracting Officer, Phone 907-586-7901, Fax 907-586-7090, - Deb Strickland, Contract Specialist, Phone 907-586-8852, Fax 907-586-7090,
 
E-Mail Address
wullmayer@fs.fed.us, dstrickland@fs.fed.us
 
Description
Project consists of the design of a 17,400 square foot two-story office building; and design and construction of a 4,400 square foot single-story warehouse; a 11,700 square foot single-story dry storage building; and related site work, utilities, parking areas, and access roads. Option Items include the construction of the office building, related site work and parking areas. The estimated total design and construction cost is expected to be in the range of $5,000,000 to $10,000,000. The scope of work includes Site Preparation, Earthwork, Crushed Aggregate Surfacing, Waterline, Sanitary Sewer, Primary and Secondary Exterior Electrical, Concrete, Metal Fabrication, Rough Carpentry, Finish Carpentry, Thermal and Moisture Protection, Roofing, Siding, Doors, Windows, Painting, Flooring, Cabinets, Plumbing, Fire Sprinkler System, Prefabricated Metal Buildings, Heating, Ventilation, and Interior Electrical. Background and Evaluation Criteria: In accordance with Public Law 104-106 (41 USC, 235m), The USDA Forest Service (FS), is conducting a "two-step" design/build selection. Under this Notice, the FS is soliciting design/build firms/teams to participate in Step I Qualifications Based Selection of the ?two-step? selection approach. All design/build firms/teams responding to Step I will be evaluated using the following criteria and weightings: 1. Experience (30%) -- The Government will review and evaluate each offeror?s past and current design and construction work experience, including technical and geographical similarities of offeror?s past work experience. Direct experience of the offeror, any joint venture partners, any related form of ownership agreement, and/or experience of any subcontractors the offeror proposes to utilize in the execution of the described project. This includes experience performing technically the same or similar design and construction work for federal, state or city facilities and especially experience of design and construction in southeast Alaska or similar terrain and conditions. Offerors are also encouraged to identify key personnel involved in the project, identifying their related experiences. 2. Past Performance (25%) -- The Government will review and evaluate each offeror?s past performance in the design and construction of facilities projects, based on the offeror?s record and reputation for satisfying it?s customers. Evaluation factors will include the quality of the offeror?s previous work and completion of projects on schedule and within budget. Past performance will include the offeror?s reputation for integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. Offerors are encouraged to submit evidence for past and present performance with customers and subcontractors, to include evidence of past performance with federal, state, and local agencies, and/or consumer protection organizations. Include names, titles, and phone numbers for all references submitted. 3. Management and Project Delivery Plan (25%) -- The Government will review and evaluate each offeror?s management and project delivery plan to assess the soundness and reasonableness of the offeror?s planned approach to executing and delivering the project. Evaluation of the offeror?s understanding of the proposed project to include staffing, organizational, and delivery approach to completing a quality project on schedule and within budget. Offeror?s are required to identify the organizational structure of the project team to include lead personnel and how each partner and/or subcontractor will fit into the overall team makeup. 4. Capability of Performing the Work (10%) -- The Government will review and evaluate each offeror?s capability and capacity to perform the design and construction of office and storage buildings, related site work including financial and bonding capacity. The offerors are encouraged to submit financial records and evidence to support their capability of performing the required project including lines of credit and certification of adequate bonding capability. 5. Local Labor Force (10%) -- This evaluation will measure the offeror?s commitment to local employment from southeast Alaska communities. Provide specific information to document commitment including efforts to be used to achieve local labor and local subcontractors. A maximum of four (4) of the most highly qualified design/build firms/teams will be down-selected to participate in Step II of the design/build selection process. During Step II, those firms/teams down-selected will be sent a Request for Proposal (RFP). The RFP will contain the Step II schedules and design specifications and drawings for submission of a firm-fixed-price technical and cost proposal. Down-selected firms/teams will be required to submit their technical and cost proposals within thirty (30) calendar days after issuance of the RFP. A site visit will be held within ten (10) calendar days after the RFP issuance to provide additional information. Submitted Step II proposals will be evaluated on a ?Best Value? for the Government basis to determine the best technically qualified offer to include price. Award of a fixed-firm priced contract is anticipated by June 30, 2004. Award of the project is subject to availability of funds. Offeror should limit their submittals to the information required in this synopsis. Step I Submittals: Interested firms/teams should use Standard Form 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project as a basis for their submittals. SF 254 and 255 are available from the Government Printing Office website at: http://hydra.gsa.gov/forms/zero.htm. Click on ?Access the Forms Library?, then click on? Standard (SF) Forms?. Scroll down to and click on SF 254 and/or 255. Select either the Screen-Fillable FormNet Version or the PDF Version. Although the SF 254 and 255 are formatted for Architect-Engineer and Related Services, the construction elements of the firms/teams submittal may also be included on SF 254 and 255. Alternate forms and formats may be submitted provided that the applicable information from SF 254 and 255 is included. Limit the size of the submittal to thirty (30) pages. Send six (6) copies of the completed submittals to the following address: Mr. Walt Ullmayer, USDA Forest Service Regional Office, P. O. Box 21628, 907 W. 9th Street, Room 501D, Juneau, AK 99802-1628, Phone: (907) 586-7901. Technical questions concerning this project should be directed to Earnie Greek at (907) 790-7467. All Step I submittals must be received no later than Close of Business (4:30 pm) local time on March 17, 2004, in order to be considered for further evaluation.
 
Place of Performance
Address: Juneau, Alaska
Zip Code: 99802
 
Record
SN00530460-W 20040227/040225221858 (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.