|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1997 PSA#1793GSA, PBS, NCR, Property Development Division, Procurement Br (WPCA),
Room 2634, 7th & D Streets, SW, Washington, DC 20407 Y -- NEW USSS HQ BUILDING SUPERSTRUCTURE SOL GS-11P-97-MKC-0013 DUE
041697 POC POC Michele Mailhot or Ron Noll,202/708-8517,Contracting
Officer Joy A. Walker,202/708-8517 E-MAIL: USSS HQ Suprstructure,
ronald.noll@gsa.gov. The General Services Administration (GSA) hereby
notifies of intent to issue a Request for Proposal (RFP) in a
negotiated procurement for the Construction of the U.S. Secret Service
Headquarters Superstructure. Construction is for the superstructure
construction to house the United States Secret Service (USSS) at 930 H
Street NW, Washington, DC. The construction is for a nine (9) story
building over one (1) level of below grade occupied space and four
levels of below grade parking. Overall, the building will have 365,233
occupiable square feet (33,944 osm) with a total 662,500 gross square
feet (61,565 gsm). Unique features of the project include
incorporating an existing historic structure into the new facility, a
ten (10) story atrium and state-of-the-art physical security. The
project will be constructed in two (2) phases, consisting of
foundations and below grade structures by a current construction
contract and the remainder of the superstructure in this construction
procurement. A construction contract for the foundation phase was
awarded to Clark Construction Group on July 10, 1996. Work started on
August 1, 1996 and is scheduled to be completed in September 1997. This
superstructure procurement is scheduled to be awarded in May 1997, with
on site construction starting September 1997, and overall project
completion scheduled for June 1999. One superstructure construction
contract will be awarded based on Technical Evaluation Factors and Base
plus Evaluated Option prices. The Base and Options are; Base Contract
-- Superstructure, Option 1 -- Add Windows in East Wall and Construct
Courtyard, and Option 2 -- Furnish and Install Audio Visual Equipment.
The Base and Options have an estimated construction cost range of
$70,000,000 to $90,000,000. The Contractor must provide all management,
supervision, labor, materials, supplies, and equipment (except as
otherwise provided), and must plan, schedule, coordinate and assure
effective performance of all construction to meet General Services
Administration (GSA) and client agency requirements. The Contractor
will perform the superstructure construction in accordance with the
design specifications, drawings, and the provisions of the contract.
Competitive formal source selection procedures will be used in
accordance with FAR 15.6. The contract will be Firm Fixed Price. The
"greatest value concept" is the method that will be used to evaluate
price and other 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 quality and pricing. The objective
is to select the proposal that offers the most for the money, without
necessarily basing selection on the lowest price (See FAR
15.605(d)(1)). The Technical Evaluation Factors are: EXPERIENCE (50%)
The Offeror must demonstrate its experience as a General Construction
(GC) Contractor responsible for the construction of at least two (2)
similar projects, within the past ten (10) years. Similar project is
defined as a project that is comparable in nature, type, and complexity
to the project in this solicitation, and meets all three (3) of the
following characteristics. (a) New Construction was for an office
building, including structural, electrical, mechanical, plumbing, fire
protection systems and architectural for the tenant areas. b)
Construction work was performed in a Metropolitan/Urban site. (c) The
project met one (1) of the following criteria: (i) The building size
was not less than 300,000 gross square feet, or (ii) The construction
cost at award of the construction contract was not less than $50
million PAST PERFORMANCE (50%) The Offeror must have satisfactory
performance as a General Construction (GC) Contractor responsible for
the construction of at least two (2) similar projects, within the past
ten (10) years. SUBCONTRACTING PLAN (0%) This solicitation is not
set-aside for small business, however this procurement is being made
under the Small Business Competitiveness Demonstration Program. FAR
19.102 Size Standard SIC 1542 -- $17.0 million. The General Services
Administration (GSA) is committed to assuring that maximum practicable
opportunity is provided to small, small disadvantaged, and women-owned
business concerns to participate in the performance of this contract
consistent with its efficient performance. GSA expects any
subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small
Disadvantaged and Women Owned Small Business Subcontracting Plan, to
reflect this commitment. The RFP will be available for issuance on or
about 3/17/97, and will be due on or about 4/16/97. Copies of the
solicitation may be obtained by writing to Ms. Kim Taylor at
GSA/NCR/PBS, Property Development Division. (WPCA), 7th & D Streets,
SW, Room 2609, Washington, DC 20407. (Telephone 202-708-9903, Fax
202-401-2003) There will be a $1,000 refundable deposit for each set of
the Specifications and Drawings. Only certified checks, cashier checks
or money orders will be accepted. The Specifications and Drawings MUST
be returned to GSA/NCR/PBS, within 120 days of award. (0058) Loren Data Corp. http://www.ld.com (SYN# 0123 19970303\Y-0007.SOL)
Y - Construction of Structures and Facilities Index Page
|
|