Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2003 FBO #0583
SOLICITATION NOTICE

Y -- Construction Manager as Constructor (CMc) Services, New U.S. Courthouse, Rockford, IL

Notice Date
10/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PCI), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS-05P-02-GBC-0089
 
Response Due
11/15/2002
 
Point of Contact
Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186, - Maria Williams, Lead Contract Specialist, Phone 312-886-3983, Fax 312-886-4103,
 
E-Mail Address
leafie.clark@gsa.gov, maria.williams@gsa.gov
 
Description
Construction Manager as Constructor (CMc) Services are required for the construction of the new United States Courthouse located in the central business district of Rockford, IL. The scope of the CMc services under this proposed contract includes Pre-construction Phase Services and a unilateral Option for Construction Phase Services. A Firm, Fixed-Price Incentive contract is contemplated. The CMc?s price for Pre-construction Phase Services will form the base contract and Construction Phase Services will be evaluated as an Option. The Option pricing will be broken down into the following categories: Construction Management (lump sum); General Construction (not-to-exceed price); profit, overhead, and daily delay rates; subcontractor commission; and general conditions. These Option prices will be evaluated prior to the selection of the CMc; but, before the Option is exercised, a firm, fixed price will be negotiated for the General Construction services based on the finalized design documents. If the CMc and the Government cannot agree on a fixed price for the General Construction Services, the entire Option will not be exercised and the Construction Phase Services will be competitively bid on the open market. Project Summary: For the construction portion of this project, the General Services Administration (GSA) proposes to construct a 150,000 gross square foot Federal Courthouse that will house the U.S. District Court, U.S. Bankruptcy Court, U.S. Marshal Service and the U. S. Attorney as the major tenants, as well as 55 indoor parking spaces. The Courthouse will be constructed to meet the 10-year need of the Court and Court-related agencies with a building and site able to accommodate their 30-year expansion requirements. The new Courthouse will contain five Courtrooms (1 District, 1 Ceremonial, 1 magistrate and 2 Bankruptcy). The estimated cost of construction is approximately $35-45 million (this amount does not include Pre-construction Phase Services), with a construction duration of approximately 30 months. Currently funds are available for the base contract, but are not available for the construction Option. Selection of the CMc?type firm will be in accordance with the FAR Part 15 Source Selection Procedures and the Best Value Trade-off process. All elements of work to be executed must be within the Congressionally mandated cost limitation. Definition of Construction Manager as Constructor. A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction 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). In contrast to a CM that is not also a constructor, the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, tracking costs associated with warm/lit shell and tenant improvements, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the defined budget or Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. At the time of the CMc contract award, which is projected to coincide with the beginning of the Design Development Phase, project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGS Document 565) and the Standard Form of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor. Proposal Submission Requirements. Proposals will be evaluated using the Source Selection Best Value Process. Offerors must submit information addressing the technical evaluation factors identified in the Request for Proposal (RFP) that will be evaluated by the Source Selection Board in order to narrow the field to a competitive range of the most qualified firms. These firms will then be invited to deliver an oral presentation that will take place in Chicago, IL. After these presentations, prices from the Offerors still in the competitive range will be considered. A Best Value Trade-off process will determine which offer is in the best interests of the Government. For this procurement, technical factors, when combined, are more important than cost or price. The Government reserves the right to make an award based on initial proposals without conducting negotiations. Contract Award. The base contract will be awarded to the selected firm to provide Pre-construction Phase services. Option prices will be accepted for Construction Phase services at the time of the base contract award, but will be negotiated once design documents are completed. Technical Evaluation Factors. For the purposes of evaluation, similar projects are defined as construction of new buildings with a complex program, a size of approximately 100,000 gross square feet or more, and an estimated construction cost in excess of $25,000,000.00. Contractors that cannot meet all minimum requirements of the evaluation factors are not advised to avoid submitting an offer. Points can still be earned for factors where not all aspects of the standard for evaluation are met, but Offerors should consider the extent to which their shortcomings would affect their overall scores, and thereby their chances of being included in the competitive range. The following evaluation factors are in descending order of importance. 1. Experience Providing Pre-construction, Construction Management, and General Construction Services on Similar Projects. For this factor, Offerors shall submit up to six (6) similar projects completed in the last five (5) years, where the Offeror performed as CMc, CM at Risk, or as a traditional General Contractor. Two projects should demonstrate the Offeror?s experience providing Pre-construction Services, two should demonstrate experience as a Construction Manager and two should demonstrate experience as a General Contractor. It is acceptable for Offerors to submit the same two projects as examples under each of the three categories, but no more than six projects will be evaluated overall. 2. Past Performance Providing Pre-construction, Construction Management and General Construction Services on Similar Projects. For this factor, Offerors shall submit references for each of the projects submitted under Evaluation Factor Number 1 that demonstrate satisfactory performance based on responses to GSA?s Past Performance Questionnaire. 3. Qualifications and Experience of Key Personnel. This factor evaluates the experience and qualifications of key team members and their availability and responsibility to the proposed project 4. Project Management Plan. This factor evaluates the Offeror?s methods and means to ensure successful completion of the project on time, on budget, and within quality expectations, as well as subcontracting goals. Small Business Participation. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. The NAICS code applicable to this solicitation is 233320, and the corresponding size standard for determining whether or not a firm qualifies as a small business is $27.5 million in average, annual receipts (gross) over the past three years. Although this procurement is not set aside for small business, small firms (including woman-owned, minority-owned, HUBZone, and Veteran-Owned small firms) are strongly encouraged to participate. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunity to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. However, ALL firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local (Rockford area) business concern participation. Contractors will submit a written narrative (limited to one type-written page) along with their offers that outlines their outreach efforts made to utilize local firms. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern and/or a small disadvantaged business concern, firms must be certified by the SBA. Please refer to the SBA website for details at www.sba.gov. Joint Ventures. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality CMc team effort. How to Offer. Potential Offerors having the capabilities to perform the services described herein are invited to request a copy of Solicitation GS05P02GBC0089 by submitting a one-page letter of interest on company letterhead to Maria E. Williams, Contracting Officer, at GSA, Property Development Division - 5PC, 230 S. Dearborn Street, Room 3512, Mail Stop 35-6, Chicago, Illinois 60604 or by fax to 312/886-4103. These firms will be provided a copy of the RFP package. The tentative date for release of the RFP is 16 October 2002. The RFP will provide additional information regarding the proposal submission format. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-OCT-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PCI/GS-05P-02-GBC-0089/listing.html)
 
Place of Performance
Address: Rockford, Illinois
Country: USA
 
Record
SN00364186-F 20030705/030703221552 (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.