Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

Z -- Phase III - Tenant Improvement Construction, U.S. Courthouse, Cape Girardeau, Missouri

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GS06P05GZC0009
 
Response Due
6/21/2005
 
Description
U.S. COURTHOUSE, CAPE GIRARDEAU, MISSOURI ? NMO94002 PHASE III ? TENANT IMPROVEMENT CONSTRUCTION Solicitation Number: GS06P05GZC0009 This contract is restricted and limited to only those firms (1) having an existing primary corporate general construction contracting office as of the date of this announcement within a 200-mile radius of Cape Girardeau, Missouri's city limits; (2) meeting the minimum requirement of having worked on a similar or partially similar project ? defined as a new construction interior office or other projects with a high level of interior finishes and complexity. The project is the third phase in the construction of a new U.S. Courthouse in Cape Girardeau, Missouri. The purpose of this phase is to construct approximately 100,000 gross square feet of tenant space inside the newly constructed courthouse core and shell. Estimated award range is between $8,000,000 and $11,000,000. Award and Partial Notice to Proceed is anticipated in September 2005. After receipt of Partial Notice to Proceed, the contractor is expected to prepare and submit shop drawings and order/fabricate long lead items. The construction completion time is eight months after receipt of Full Notice to Proceed, which is expected to be issued in January 2006. Full Notice to Proceed may be delayed, pending completion of the core and shell work. Areas to be constructed include: courtrooms, judges chambers, U.S. Marshals? holding cells and sallyport, and general office space for associated courts functions. Base work includes the construction of walls, ceilings, access floor, floor finishes, lighting, HVAC distribution, security devices, life safety equipment, etc. Option prices will be broken out by each tenant area, as defined in the construction drawings. LEED certification (silver) is specified for this project. Successful contractor will be required to maintain and assemble records for this phase of the project, and compile records to be maintained by the LEED consultant of Phase II. A Pre-Proposal Conference will be held in Cape Girardeau on or about June 2, 2005. Specific time and location will be specified in the Request For Proposal (RFP), issued on or about May 20, 2005. Receipt of Technical Proposals will be on or about June 21, 2005. Price Proposals will be received on or about July 7, 2005. The RFP will contain the construction drawings and specifications, the solicitation provisions (including FAR clauses); the proposal submittal requirements and the evaluation factors. This is a competitive negotiated acquisition using source selection procedures, resulting in a firm-fixed price contract. The Government intends to use the ?trade-off? process in selecting the prime contractor. The ?trade-off process? is a method of evaluating both the technical factors specified in the solicitation and the price proposal. For this solicitation, the goal is to select the proposal that offers the best combination of technical qualifications and price. The Government intends to award the contract to the responsible offeror whose proposal conforms to the solicitation and is most advantageous to the Government, with technical evaluation factors being considered more significant than cost or price. The object is to select the proposal that offers the best value, not necessarily to select the contractor with the lowest price. Only one proposal may be submitted by each offeror. GSA 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. Contract award will be contingent upon funds availability. Proposals will be evaluated in two stages. Stage One, Request for Technical Proposals (RFTP) will be issued on or about May 20, 2005. Technical proposals shall not include prices or pricing information. In Stage One, the Government will evaluate the proposals and rank them in accordance with their technical qualifications. Technical evaluation factors, in order of importance are: 1) Past Performance of the Firm; 2) Experience and Qualifications of Key Personnel; 3) Management Plan; and 4) Sustainable Construction Practices, Materials and Methods. Offerors whose proposals are not considered to be viable for award will be notified and may submit a price proposal if they so choose. Offerors whose proposals do not meet minimum requirements will be notified and will not be allowed to submit a price proposal. Stage Two will cover the evaluation of price proposals. Price proposals will be received on or about July 7, 2005. Offerors should submit proposals that are acceptable without additional information, as the Government may make the final determination regarding a proposal?s acceptability based solely on the basis of the initial proposal submitted and may award without discussions. If discussions with offerors are conducted, the Government will request final proposal revisions. As proposals become more equal in their technical merits, price then becomes more important. Award will be made to the responsible offeror whose offer conforms to the solicitation and provides the combination of technical qualifications and cost or price that is most advantageous to the Government. Prior to award of a contract, the contractor, if not a small business, will be required to submit a small business subcontracting plan. Contract award will be contingent upon receipt and GSA approval of the subcontracting plan, in accordance with Public Law 95-507, to provide maximum practicable opportunities for small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and by women-owned small businesses. This proposed procurement is not set aside for small business. All responsible sources not limited by the restrictions stated in the first paragraph may submit a proposal, 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. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov) and must supply the following information: 1. Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company CCR Point of Contact, 2. Your Company DUNS Number (call 800-333-0505 if you do not have one) or CAGE Code 3. Your Company Tax ID Number, 4. Your Telephone Number, and 5. Your E-Mail Address. Your CCR registration will take approximately 48 hours for processing and activation. Once you have registered with CCR you may then register with FEDTeDS to view solicitations. No federal materials can be downloaded until you have registered under both sites. You may register with FEDTeDS via the following URL http://www.fedteds.gov. If you have not used the site previously, please go to Register with FedTeds and read the Vendor User Guide. The official plan holders list will be based on only those requesting specifications through FedTeDS. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution (FEDTeDS). GSA, PBS, Property Development Division, Procurement Services Branch (6PCA), will no longer mail hardcopies of solicitations and amendments. The solicitation (specifications) and its amendments will only be available through a link in www.fedbizopps.gov to the Federal Technical Data Solution (FEDTeDS) website. Note that registration in FEDTeDS requires current registration in CCR as a prerequisite. Vendors seeking business opportunities with the General Services Administration must first register with CCR (http://www.ccr.gov) and then with FEDTeDS (http://www.fedteds.gov). As the General Services Administration implements FEDTeDS, procurement information will continue to be available through the government-wide point of entry (www.fedbizopps.gov) but the sensitive but unclassified acquisition related information (specifications) will only be available through links to FEDTeDS. Offerors are responsible for producing their own print sets for their own use. Contact Carol Watkins, Contracting Officer, 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, Dennis Miller, at 817-978-4317; or fax at 817-978-7017.
 
Place of Performance
Address: Cape Girardeau, Missouri
Zip Code: 63703
Country: USA
 
Record
SN00801899-W 20050507/050505212328 (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.