Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
MODIFICATION

R -- Construction Management Services for District of Columbia Courts projects

Notice Date
9/3/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Portfolio Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-02-MKC-0042
 
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 708-4964,
 
E-Mail Address
christine.kelly@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announce their intent to issue a Request for Proposal (RFP) for Construction Management (CM) Services for the District of Columbia Courts projects which include a new underground parking garage at D & 5th Street, NW, Washington, DC and renovation and adaptive re-use of the Old DC City Hall at D Street, between 4th and 5th Streets, NW, Washington, DC. The scope of the contract includes quality management, cost management, time management and client satisfaction management for non concurrent project(s) phases, including pre-design, design procurement, design, construction procurement, "design-built" procurement, construction and post-construction. The estimated construction cost range of the projects is $80-$100 million over a five (5) year period of performance. One CM fixed priced contract will be awarded, subject to the availability of funds. The selection process will utilize source selection procedures in accordance with FAR 15.3. The selection process will use tradeoffs and technical/management factors are more important than price and price related factors. Offerors must demonstrate successful experience as a Prime Construction Management (CM) professional service contractor within the last eight years on at least three projects as follows: (1) The offeror must demonstrate experience at least 1 project that has all of the following characteristics (a) A new underground parking garage (minimum of 3 underground levels) or a new major structure (open pit excavation with 35 foot depth below ground level); (b) project required coordination with occupied space in an existing building or adjacent building to maintain operations during construction; (c) project had noise control requirements; (d) project had a restricted site with limited space for material staging and required maintianing pedestrian and vehicular traffic flow around the site and (e) the total project construction cost at award was not less than $10 million. (2) The offeror must also demonstrate experience at least 1 project that has all of the following characteristics (a) project was for renovation, adaptive re-use and a new addition to a significantly historic structure; (b) project required coordination with occupied space in an existing building or adjacent building to maintain operations during construction; (c) project had noise control requirements; (d) project had a restricted site with limited space for material staging and required maintianing pedestrian and vehicular traffic flow around the site and (e) the total project construction cost at award was not less than $50 million. and (3) The offeror must also demonstrate experience at least 1 project that has all of the following characteristics (a) projects end tenant was a local, state or federal court; (b) the total project construction cost at award was not less than $50 million. Proposals meeting this criteria will be reviewed and evaluated based on the following additional criteria: (1) Key Personnel (30%); (2) Firm Experience (25%); (3) CM Capabilities/Management Approach (20%); (4) Past Performance (20%) and (5) Subcontracting Approach (5%). The selected CM firm shall establish a local presence, dedicated to this project, within the Washington, D.C. metro area within thirty days of contract signature. This solicitation is a small business set-aside. The small business size standard for the procurement (NAICS 233320) in accordance with FAR 19.1 is average "annual receipts" of $28.5 million. The RFP was issued on August 26, 2002 and proposals will be due 30 days after issuance. Copies of the solicitation may be obtained electronically at http://www.fedbizopps.gov. A pre-proposal conference is currently scheduled for September 12, 2002. Details about the conference will be issued in Section L of the RFP. This procurement is subject to the availability of funding.
 
Place of Performance
Address: Washington, DC
 
Record
SN00156836-W 20020905/020903213739 (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.