Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1997 PSA#1793

GSA, 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