|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1997 PSA#1793GSA, PBS, Prop. Development,Procurement Br. (WPCA),7th & D Sts., SW, RM
2634, Washington,DC 20407 Y -- NEW USSS HQ BLDG. SUPERSTRUCTURE SOL GS-11P-97-MKC-0013 DUE
041697 POC Contact,Michele Mailhot or Ron Noll,202/708-8517,Contracting
Officer, Joy A. Walker,202/708-8517 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; Evaluated Option 1- Add Windows
in East Wall and Construct Courtyard; Evaluated Option 2 -- Furnish and
Install Audio Visual Equipment. The Base and Options have an estimated
construction 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
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 of 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 no less than $50
million. PAST PERFORMANCE (50%) -- The Offeror must have satisfactory
performance as a General Construction (GC) Contractor responsible for
the construction of a 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. GSA is committed to
assuring that maximum practicable opportunity is provided to small,
small disadvantaged, and woman-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 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 Sts., SW Room 2609, Washington, DC 20407. (Telephone 202-708-9903,
FAX 202- 401-2003). There is 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 calendar days of
award. (0058) Loren Data Corp. http://www.ld.com (SYN# 0124 19970303\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|