MODIFICATION
Y -- RECOVERY-2009 STIMULUS PROJECT-San Juan FBI Consolidation Project for a General Contractor (New Federal Building Garage) Solicitation - Specification Division 0
- Notice Date
- 2/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-10-DT-C-0005
- Point of Contact
- Claudia Y Rivera, Phone: 212 264-5244, Dorothy Daloia, Fax: 212-264-0588
- E-Mail Address
-
claudia.rivera@gsa.gov, dorothy.daloia@gsa.gov
(claudia.rivera@gsa.gov, dorothy.daloia@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PROJECT: Recovery Act 2009 project for GC Services for a New Federal Parking Garage in San Juan, P.R. BUILDING TYPE: Parking Garage Structure (New Construction). CLIENT AGENCY: General Services Administration (GSA) SIZE: approximately 16,000 square meters (172,223 sf) PARKING SPACES: 500 The General Services Administration (GSA), Northeast and Caribbean Region is seeking qualified Small Business General Contractors (GC) interested in providing construction services for a Federal Parking Garage. The project must conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS) and allow for the achievement of Leadership in Energy and Environmental Design (LEED) credits, so that the project in its entirety can be considered for future LEED ratings. PROJECT DESCRIPTION The GC services will be for a new Federal Parking Garage to be located in San Juan, Puerto Rico. The building will be located at 150 Carlos E. Chardon Street which is on an existing 27 acre federal campus located in the Hato Rey area of San Juan. This procurement is for the selection of a qualified GC. The selected GC will provide construction and landscaping services for this new federal Parking Garage that will be approximately 16,000 square meters (172,223 sf) and that will house 500 parking spaces and will be 3.5 stories high. The Garage will be constructed with concrete columns and slabs supported by concrete spread footing foundations. Construction elements include but are not limited to steel stairs, fire protection, photo-voltaic system, lighting, electrical and a hydraulic elevator. The site in which the Federal Garage will be situated is on approximately 6 acres of land and will involve new site roadways, walkways, site lighting and landscaping. A new entrance to the site will be created to line up with Hostos Avenue at Chardon Avenue. Upon aligning of the roads, traffic control systems, pavement striping, bollards, concrete barriers and signage will be required. SCOPE OF WORK The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. A complete set of construction documents will be available to interested firms. Firms must submit a request though the FedBizOps website in order to be granted access to the documents. The Estimated Construction Cost Range for this project is between $15,000,000 and $25,000,000. Funding for the design of this project was requested as part of the American Recovery and Reinvestment Act (ARRA) of 2009 (recovery.gov). SELECTION PROCESS This procurement will be negotiated utilizing FAR Part 15 Source Selection Procedures using the Best Value/ Trade-off process. Upon receipt of the narrative responses, the Technical Evaluation Board (TEB) will evaluate each submission. The TEB will reach a consensus rating for each firm. The firms will be ranked in order of preference based on their final ratings. After the firms have been ranked, an evaluation will be made of the price proposals from the offerors who meet the minimum technical criteria. For this procurement the evaluation factors, when combined, will be equal to price. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202); based on a final negotiated or accepted price, to the contractor that offers the best value to the Government. Discussions with offerors may be necessary. The Government reserves the right to award without conducting negotiations. EVALUATION FACTORS AND STANDARDS FOR AWARD The following 3 factors will be evaluated in the order listed below. Factor I and II will be evaluated on a “acceptable ” or “unacceptable ” basis. For Factor III adjectival ratings will be assigned to each factor as listed below. Failure to satisfy the minimum criteria of any factor (after any necessary clarifications/discussions are conducted) will automatically eliminate the offeror’s proposal from further consideration with respect to subsequent factors, as well as further consideration under this solicitation: FACTOR 1:EXPERIENCE ON SIMILAR PROJECTS FACTOR 2: PAST PERFORMANCE ON SIMILAR PROJECTS FACTOR 3: QUALIFICATIONS OF KEY PERSONNEL FACTOR 1: EXPERIENCE ON SIMILAR PROJECTS Description: The purpose of this factor is to provide the offeror with the opportunity to focus on three similar projects that best present their experience in the capacity of a prime contractor. If the offeror provides more than three projects, the SSEB will only review the first three projects submitted. These representative projects must demonstrate the offeror’s ability to successfully deliver a project of similar scope and complexity. The offeror must demonstrate that their firm has successfully completed construction services for a minimum of three projects in the past (12) years. Experience with three similar projects must include the following: Project No. 1 & 2- A multiple level parking garage project with a minimum 300 car capacity and a minimum total project cost of $10,000,000; or a multiple level office building project involving multiple trades and with a minimum total project cost of $10,000,000; or a multiple level residential tower/hotel project with a minimum total project cost of $10,000,000; or a project requiring an above ground multiple level cast in place concrete structure with a minimum total project cost of $10,000,000. Project No. 3 - At least 1 project with a minimum site work value of $1,000,000 and a project site of not less than three (3) acres. At a minimum, the offeror must provide the material requested in the Project Fact Sheet (Attachment #2) and shall be submitted with each offeror’s proposal. The offeror’s shall be required to provide verification of their role as Prime Contractor on each project submitted. Project photographs: (2) 8” x 10” color to be provided for each project FACTOR 2: PAST PERFORMANCE ON SIMILAR PROJECTS Description: The purpose of this factor is to review the offeror’s past performance on the three projects submitted in factor 1. These representative projects must demonstrate the offeror’s ability to successfully deliver a project of similar scope and complexity. This factor will be evaluated on an “acceptable or “unacceptable” basis. The offeror must provide one (1) reliable independent reference for each project submitted under factor 1. The term “reliable” relates to the ability of the GSA to contact these references. GSA will expend only a “reasonable” amount of time and effort contacting those submitted as references. GSA reference material must include current name, address(es), position, and fax and phone numbers, email addresses. Please be advised that references will be contacted. Other project references may be considered. The GSA may not limit its reference contacts to those provided by the offeror, but may choose to contact references independent of those provided. The Project Fact Sheet (Attachment 2) is to be provided for each project submitted for factor 1. In order to substantiate past performance the offeror’s shall be required to provide verification of their role as Prime Contractor on each project submitted, in the form of the “Past Performance for Prime Contractor Reference Check (Attachment 1)”. 1) Acceptable references include any of the following: (a)Owner, (b)Owner’s representative, (c)Construction Manager, (d)Architect/Engineer of record 2)The offeror shall identify who the prime contractor was for each submitted project. Past Performance for Prime Contractor Reference check (see attachment below) prepared and submitted by the offeror and completed by an independent reference for each project submitted. If two companies are “teaming up”, a description must be provided that will identify the relationship and the companies’ arrangements. FACTOR 3: QUALIFICATIONS OF KEY PERSONNEL This factor considers the construction experience, education, knowledge and expertise of key members of the offeror's project team who will be assigned directly to the project. The offeror must submit an organizational chart showing proposed key project personnel indicating title and role in the project. In addition, the offeror must submit individual resumes, position descriptions and proposed duties for all key personnel. As a minimum, resumes and position descriptions shall be submitted for the following team members: •Project Manager •Construction Superintendent The offeror must demonstrate the following: a.Project Manager: The offeror shall designate (1) on-site project manager who shall coordinate the work with a minimum of (10) years of construction experience as a construction project manager on at least 2 building projects greater than $10,000,000 each. b.Construction Superintendent: The offeror shall designate (1) on-site construction superintendent with a minimum of (7) years experience in this position on at least 2 building projects greater than $10,000,000 each. SMALL BUSINESS PROCUREMENT This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this is 236220 – Commercial & Institional Building Construction. A small business concern is defined by the Small Business Administration (SBA) as a concern (including all of its subsidiaries) have less than or equal to $33.5 million in annual receipts averaged over a concern's latest three (3) completed fiscal years. For additional information on Small Business, please visit http://www.sba.gov/. All questions and clarifications regarding the project documents shall be put in writing and submitted to the Contracting Officer. Production costs and proposal preparation costs are at the expense of the offeror. PRE-PROPOSAL CONFERENCE A Site Visit / Pre-Proposal Conference will be held on February 9, 2010 at 10:00 am. The conference will be held at the Degetau Federal Building located at 150 Carlos E. Chardon Street Room 733, in San Juan, PR. The purpose of the conference will be to discuss the projects and address any questions or concerns and to provide offerors the opportunity to visit the site. Please email Claudia Rivera at Claudia.rivera@gsa.gov by February 5, 2010 by 3 P.M. with the name of the firm and the attendees for the A Site Visit / Pre-Proposal Conference will be held on February 9, 2010. IMPORTANT INFORMATION FOR SUBMITTALS ALL SUBMISSIONS ARE DUE by 2:00PM local time on March 4, 2010. PLEASE MAIL PROPOSALS TO: Small Business Utilization Center 26 Federal Plaza, Room 20-100 New York, N.Y. 10278 Attn: Janice Bracey Each proposal shall consist of two separate envelopes. One envelop will contain your Technical Proposal and one envelope should contain your Price Proposal. These two envelopes should be submitted in one package. (PLEASE READ proposal Instructions in the Solicitation package). A total of six (4) copies and (1) compact disc containing an electronic copy of the document must be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR 52.214-7. DOCUMENT SECURITY All contract documents will be handled in accordance with PBS Order 3490.1A which is titled: Document Security for Sensitive but Unclassified (SBU) Paper and Electronic Building Information. The general principles of this policy are to give SBU project information only to those who have a need to know, to keep records of who received SBU project information, to safeguard SBU project information during use and to destroy it properly after use. The offeror awarded this procurement will be required to adhere to all security clearance requirements as outlined in HSPD-12. ACCESS TO DRAWINGS WILL BE GRANTED ONLY TO CONTRACTORS THAT ARE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). THE MPIN GENERATED FROM CCR WILL BE REQUIRED TO OPEN THE ATTACHMENT WITH THE DRAWINGS. ALL CONTRACT DOCUMENTS ARE POSTED ON THE FEDBIZOPPS AT www.fbo.gov. HARD COPIES OR CD’S OF CONTRACT DOCUMENTS WILL NOT BE DISTRIBUTED. If you have any questions regarding the process of accessing contract documents, or if you have any other questions and comments regarding this acquisition contract Ms. Claudia Rivera, Contracting Office, at claudia.rivera@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-10-DT-C-0005/listing.html)
- Place of Performance
- Address: San Juan, Puerto Rico, San Juan, Puerto Rico, United States
- Record
- SN02055533-W 20100204/100202235211-f4b92a6ed37e6586ccb40a59cef63dfa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |