Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
MODIFICATION

R -- Construction Management Services, Modernization and Expansion to existing U.S. Land Port of Entry (Port), Massena, New York.

Notice Date
8/27/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS02P02DTC0031(N)
 
Response Due
9/26/2002
 
Point of Contact
Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, - Francis Cashman, Contracting Officer, Phone (212) 264-4234, Fax (212) 264-0588,
 
E-Mail Address
miriam.lopez-rivera@gsa.gov, francis.cashman@gsa.gov
 
Description
Construction Management Services (CM) Solicitation #GS-02P-02-DTC-0031(N) New York, NY (212) 264-9491 The General Services Administration (GSA), Northeast and Caribbean Region, Public Buildings Service, Property Development Division, Room 1639, 26 Federal Plaza, New York. New York 10278; (212) 264-9491 announces a construction management services opportunity to support GSA's Design and Construction Excellence Programs. The General Services Administration seeks a Construction Management (CM) Firm for design review, construction management (option), and post construction (option) services for a Facility-wide Modernization and Expansion project to the existing US Land Port of Entry (Port) at Massena, NY; Project No. NNY 02002, in accordance with GSA quality standards and requirements. GSA Northeast and Caribbean Region, Solicitation No. GS02P02DTC0031(N), this project will modernize and expand the existing Port (US Border Station) at Massena, NY with a principal emphasis on site development, road construction, and infrastructure improvements. As a gateway to the United States, the Port must efficiently process traffic demands and operational requirements, while maintaining adequate safety for the staff and security of the border. An appropriate Port design must holistically unify existing and new structures / program components into a distinguished and businesslike image reflecting the official status and serious law enforcement functions of the Port. The new Port, over existing and approximately 6.5 acres of newly acquired land, consists of the construction of new commercial vehicle queuing, parking, and inspection areas. Additionally, the project includes, but is not limited to, the following: construction of a new secondary inspection warehouse and office buildings for commercial cargo; new export control building with inspection booths; infrastructure for private broker offices; new construction of the main administration building including offices above the primary passenger vehicle inspection booths; primary and secondary inspection plazas, and warehouse / garage facilities; demolition of existing structures and site features; temporary facilities to accommodate uninterrupted facility operations; extensive site work; and security enhancements. The gross area of all existing buildings is approximately 1,402 m2. The new expanded facility will contain a gross area of approximately 3,145 m2, and 80 outside parking spaces. The estimated total cost of the expanded facility ranges between $13,000,000 and $15,500,000. All services shall be performed under the direction and supervision of professional licensed architects and/or engineers. To assure maximum efficiency of communication, an e-mail address will be maintained by the CM's home office and the CM's field office. The CM is required to have and be proficient in the use of Primavera and MS Project. The proposed project team must have the ability to provide services for projects involving construction and hazardous material abatement. Project documents are in strict System International (SI) metric units. The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical and electrical) with in-house personnel, joint venture or firm/consultant. The firms shall be evaluated on interdependency of members with the demonstrated ability to provide a quality design review effort. Additional information, on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be permitted. Joint Ventures must clearly identify their contractual arrangement. The scope of services is for the design review phase, an option for the construction phase and an option for the post construction phase. The design phase services include, but are not limited to review of design and construction documents for constructability and sustainability, participation in value engineering studies, recording minutes of meetings, record keeping, electronic project management, schedule control, reporting progress, meeting facilitation and attendance, submittal processing, and progress payment processing. Construction phase services will be performed in two separate construction contracts. Construction phase option services will include project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, and other contract quality assurance functions, responding to information requests, contract modification preparation, claims prevention and claims processing, monitoring labor provisions, photo documentation, general service items and other services. The option for the Post Construction Phase is for claims services. The option services also include, but are not limited to, claims analysis and litigation support. Responses must include a composite Standard Form (SF) 255 for the proposed project team and a Standard Form (SF) 254 for the prime firm and each proposed consultant (if any). Respondents will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality design review and construction management, capacity to follow through on all phases of the project, and proven experience and past performance. The respondent CM is required to include a narrative for each of the projects included in the proposal submitted for evaluation. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this solicitation. CM's are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation. Include schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone numbers of the project owners, contact reference person for A/E firm of record, and owner of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on projects similar to this solicitation, and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons listed as references and persons not listed by the CM. Responses to technical evaluation criteria items 1 and 2, below, shall describe three (3) modernization and new construction projects, which have been completed within the past five (5) years. Describe both capability and experience: technical expertise; negotiating; partnering; mediating; inspection; value engineering ability; client communication and community outreach; code and contract compliance; ability to control budget, schedule and quality of the design and construction. Relevant photographic or graphic examples will be permitted. The selection will be based upon evaluation of the following technical evaluation criteria: (1) CONSTRUCTION MANAGEMENT EXPERIENCE [55%]: The firm shall submit a description of its construction management background and experience with modernization and new construction at least $13M for the type construction specified in this solicitation. Describe degree of complexity of projects, experience with sitework and ability to control budget, schedule and quality. (2) PROJECT REVIEW EXPERIENCE [25%]: The firm shall submit a description of its design review background for the type of services specified in this solicitation especially experience with: High profile tenants, federal and state agencies and knowledge of applicable government regulations; Design review of modernization and new construction at least $15M and at least 1,500 gross square meters of occupiable space; local and national codes; The following categories shall be addressed: Disciplines: Architectural, Civil, Transportation, Structural, Mechanical and Electrical; Specialties: Fire and Life Safety, Security, Seismic, Accessibility, Hazard Abatement (asbestos, contaminated soil, lead, PCB's, etc.), Cost Estimating. (3) MANAGEMENT & ORGANIZATION [20%]: Address management philosophy toward client satisfaction and teamwork, resolving issues, and professional responsibility. Describe management approach to performing the work, namely: management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. Address the capability of staffing the project with qualified CM and the CM's consultants personnel in relation to their work load fluctuations, ability to meet schedules and ability to effectively respond to the work. Discuss planning for this contract and current workload; office equipment to accommodate the firm's computer aided design (CAD) system and software and specification software compatibility with GSA Region 2. The GSA Slate Selection Board shall screen the qualifications and performance record of the CM submittals and shall short list approximately three firms for interviews and evaluations for the GSA Evaluation Board. Consideration will be limited to firms having an existing active construction management practice in the State of New York. The successful offeror will be required to staff office at job site for the duration of the construction phase. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Construction Management firms having the capability for the proposed work, in order to be considered, must submit all Standard Forms 254 and 255 with a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm's ability to provide similar relevant services as required by the evaluation criteria under Construction Management Experience. All firms being interviewed shall be expected to address their qualifications for the above selection factors and the specific project. A selection shall be made from the interviewed short listed firms, and the name of the selected firm shall be advertised in this publication. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CM (if not a small business of $28,500,000.00 gross average sales receipts for the past three years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 42 percent for small businesses, 7.5 percent for small disadvantaged businesses, 5 percent for women-owned small businesses, 2 percent for HUBZone businesses, and 3 percent for service-disabled veteran-owned businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with small, small disadvantaged, women-owned small, HUBZone and service-disabled veterans small business firms as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small business, small disadvantaged business, women-owned small business, HUBZone business, and service-disabled veterans business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Standard Form (SF) 254 and Standard Form (SF) 255 to: General Services Administration, 26 Federal Plaza, Bid Room 18-130, New York, New York 10278. The following information must be on the outside of the sealed envelope: 1) solicitation number: GS-02P-02-DTC-0031(N)/ Title , 2) due date: September 26, 2002, 3) closing time: 4:30 P.M. Late responses are subject to FAR Provision 52.214-7. In Block 8 of SF-255, specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the CM firm must respond to the three (3) evaluation criteria stated in the FedBizOpps announcement for this solicitation. In Block 11 of the SF-255, the CM firm MUST sign, fill out the name and title, and date the submittal. Award of the contract is contingent upon funding approval. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This is not a request for proposals
 
Place of Performance
Address: Massena, New York
Country: US
 
Record
SN00151444-W 20020829/020827213948 (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  © 1994-2020, Loren Data Corp.