Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

Y -- New U. S. Courthouse, Nashville, TN

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southeast Sunbelt Region (4PCC), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-02-EXC-0050
 
Response Due
7/8/2002
 
Archive Date
9/30/2002
 
Point of Contact
Laurie Chestnut, Contract Specialist, Phone (404) 331-4368, Fax (404) 730-9643, - Laurie Chestnut, Contract Specialist, Phone (404) 331-4368, Fax (404) 730-9643,
 
E-Mail Address
laurie.chestnut@gsa.gov, laurie.chestnut@gsa.gov
 
Description
CMc Pre-Solicitation Notice Announcement The General Services Administration announces an opportunity for Construction Excellence in Public Buildings. The following document describes the Construction Manager As Constructor (CMc) Services Contract for the proposed new U. S. Courthouse located in Nashville, Tennessee. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. A Fixed-Price Incentive (Successive Targets) with an Award Fee contract under FAR 16.403-2 is contemplated. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 trade offs). Project Summary. The project consists of design and construction of a building approximately 30,192 gross square meters (324,982 gross square feet) without parking, and approximately 36,510 gross square meters (392,982 gross square feet) including 170 interior parking spaces. The proposed courthouse will provide a total of ten (10) courtrooms, seven (7) district and three (3) magistrate courtrooms. The building will house the District and Magistrate Courts, U.S. Attorney, U.S. Marshal Service, the Circuit Satellite Library, U.S. Probation, U.S. Pretrial Service, and GSA. The proposed facility will be constructed in Nashville, Tennessee with the exact site to be determined. Estimated combined (pre-construction and optional construction phase) project cost range is $70,000,000 to $80,000,000. The facility will be designed in metric units. Definition of Construction Manager as Constructor. A Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services. The CMc will be a member of the project development team during the planning, design and construction phases, along with GSA as owner/developer and GSA's selected A-E firm, and other GSA consultants. Services to be Provided. The CMc will provide professional, technical, administrative and clerical personnel as needed to perform all required services including, but not limited to, those described in this pre-solicitation notice. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and Construction Phase Services. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The CMc shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; and other disciplines. Pre-construction Phase Services shall include, but are not limited to, review and evaluation of the concept, design development and construction document submissions for constructibility, value engineering suggestions, identification of any problems or errors in the design and design documentation, consultation during construction document production, preliminary project schedule development, cost estimates, and development of subcontractor and supplier interest. Construction Phase Services shall include, but are not limited to, construction of the building, administration of the construction contract and all subcontracts, coordination of regular construction meetings, CPM scheduling, maintaining of construction records including daily logs and monthly reports, monitoring of construction costs, "commissioning" and turnover to designated facility management staff, and other required supplemental services if so requested by the Government. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for construction of the facility Proposal Submission Requirements. Proposals will be evaluated using the Advisory Multi-step Process (FAR 15.202). In the pre-solicitation notice phase, firms must submit information regarding the firm's past performance on similar projects as stated in this notice. The Government will evaluate the submissions to identify and advise the firms about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in this notice, and shall advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The Government shall advise respondents considered not to be viable competitors of the general basis for that opinion. The Government shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions concerning their viability, they may participate in the next step of the acquisition. Firms that do not submit written responses to this pre-solicitation notice will not be eligible to compete in subsequent steps of this procurement. In response to the Request for Proposals (RFP), offerors will be required to submit more detailed information concerning evaluation factors that will be identified in the RFP. The RFP evaluation will be based on technical factors as well as price with the technical factors being more important than price. Discussions may be held. However, the Government reserves the right to make an award based on the evaluation of the RFP submittals without holding discussions. How to Offer. Firms having the capabilities to perform the services described herein are invited to respond by submitting the required technical information as specified herein. Firms responding to this pre-solicitation notice are required to submit three (3) copies of the submission. The information should be submitted in an 8-1/2" X 11" bound format and should be organized to correspond with the evaluation factors listed herein. Standard Forms 254 and 255 may be utilized but are not required. The total pre-solicitation notice submission should not exceed 50 pages or 25 double face sheets. All submittals must be current (reflecting a date not more than one year prior to the month of this notice). In accordance with Section 101 of Executive Order 13101 of September 14, 1998, the contractor is encouraged to submit paper documents that are printed or copied double-sided on recycled paper that meet minimum content standard specified in Section 505 of the order. During the RFP, all firms requesting specifications and/or drawings will be required to make certification and follow the guidelines at PBS Order 3490.1 dated March 8, 2002 regarding dissemination of sensitive but unclassified information. Technical submissions should be organized to correspond with the following evaluation factors. "Recent projects" is defined as projects within the last five (5) years. "Similar" is defined for this project as new construction of multi-story (6 story minimum) federal and state courthouses of 250,000 gross square feet or more. Acceptable alternative projects include new construction of multi-story (6 story minimum) full service hospital facilities - 250,000 gross square feet or more; multi-story research laboratory -250,000 gross square feet or more; federal or state owned buildings with courtrooms; major renovation of multi-story federal and state courthouses involving installation of new courtrooms, chambers and detention/holding cells with project cost in excess of $40 million depending on requirement. (May 2001 escalation). Information should include the following: Evaluation factor #1: Past Performance in Providing Pre-Construction Services on Similar Projects. Provide your past performance on at least three (3) recent projects, in excess of $40,000,000 in construction cost, in which the firm provided pre-construction phase services similar to those that will be required under this project. Briefly describe your record of performance in delivering the completed projects within a fixed schedule and within the prescribed budget. Relate those in type and scope to this project. Provide general information contact names, addresses and telephone number of clients for these projects. References may be contacted. Evaluation factor #2: Past Performance in Providing General Construction Services on Similar Projects. Provide your past performance on at least three (3) recent projects, with construction of a project using CM as Constructor or CM at Risk delivery, or in which you acted as a traditional General Contractor. One project must have utilized the CM at Risk procedure. Briefly describe your performance constructing courthouses or other similar complex construction projects with construction cost greater than $40,000,000. Demonstrate how projects you deem similar are comparable in scope and complexity to this project, with fixed schedules and within a guaranteed maximum price (or target price), when providing general construction services. Provide information as to compliance with the contract schedule and budget. Provide general information and contact names, addresses and telephone number of clients for these projects. References may be contacted. These factors will be used to evaluate a firm's viability based on submissions to the pre-solicitation notice. The factors are presented in descending order of overall importance and are independent of the factors in the RFP. The maximum score is 100 points in this step. The amount of points each factor is worth is presented. a. Past performance on construction projects as CMc or general Contractor (66 points) b. Past performance for pre-construction phase services (34 points) There will be additional factors to be evaluated and more detailed information will be required of all firms who submit for the RFP evaluation. During the RFP, the offeror must also show that it is licensed as a Construction Contractor in the State of Tennessee; and the offeror must provide a statement from their bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570 "companies holding certificates of authority as acceptable sureties on federal bonds and acceptable reinsuring companies", as certifying their bonding capacity for a project with an estimated range for construction cost of $70,000,000 - $80,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternative to evidence of corporate bonding capacity. Interested firms must send their submittal, no later than 1:00 PM E.S.T. on July 8, 2002, to: General Services Administration, Property Development Division, (4PCC), 401 W. Peachtree Street, NW, Suite 2500, Atlanta, Georgia 30308 Attn: Laurie Chestnut. Submissions in response to this pre-solicitation notice received after the date and time as specified herein may be deemed late and not accepted, and are subject to the requirements at FAR 52.215-1(c)(3) for late submissions. Be advised that due to heightened security measures, individuals entering Federal Buildings must have photo identification and may be delayed. Firms that are hand-delivering submissions should take this into consideration.
 
Place of Performance
Address: Nashville, Tennessee
 
Record
SN00086285-W 20020602/020531213523 (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.