Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SPECIAL NOTICE

Y -- Construction Manager as Constructor (CMc) Services Contract

Notice Date
8/7/2003
 
Notice Type
Special Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS-05-P03-GBC-0060
 
Response Due
8/29/2003
 
Point of Contact
Dana Pionke, Contract Specialist, Phone 312-353-1490, Fax 312-353-9186, - Dana Pionke, Contract Specialist, Phone 312-353-1490, Fax 312-353-9186,
 
E-Mail Address
dana.pionke@gsa.gov, dana.pionke@gsa.gov
 
Description
NOTE: RFP RELEASE DATED HAS BEEN CHANGED! DESC: ******* The subject solicitation includes Sensitive but Unclassified (SBU) building information. For reasons of security and before release of SBU information, the requester must provide a signed copy of the Document Security Notice to Prospective Bidders/Offerors form and submit the following information: 1.) Copy of Business License, 2.) Company Dun and Bradstreet Number, 3.) Valid Tax Identification Number and 4.) Copy of Valid State Driver?s License or State ID. The form shall be submitted to the point of contact cited herein. No e-mail copies will be accepted; however facsimiles will be accepted. After verification of the preceding information, the requester will be designated as an authorized user and a hard copy of the Request for Proposal (RFP)/ Compact Disc (CD) of drawings will be released to the requester. ******* PROJECT SUMMARY. The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) for the Construction Manager as Constructor (CMc) Services. The Construction Manager as Constructor services under this proposed contract will include, but are not limited to, the following: Pre-construction Phase Services and Construction Phase Services. Pre-construction Phase Services shall include, but may not be limited to, evaluation of concept, design development and construction documents, consultation during construction document production, preliminary project schedule development, recommendations on phased construction, preliminary cost estimates, development of subcontractor and supplier interest, and identification of long-lead items. Construction Phase Services shall include, but not be limited to, administration of the construction contract (whether the work is performed with the CMc?s own forces or under sub-contract), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, inspections, testing, and other required supplemental services. The CMc shall review all construction document submissions for contractibility and conform to the project budget. The CMc shall review A-E cost estimates, shall provide independent cost estimates and recommend adjustments to the estimates or the design to assure that the project stays within budget. 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, the principles of Federal construction contracting and contract administration. *******The range of this project is between $18,000,000.00 and $21,000,000.00. Funds are currently NOT AVAILABLE for this project. ******* The objective of the Federal agencies would be to have the facility functioning and available to occupants at the time of the renovation and expansion project considering budgetary and time constrains. The CMc will be selected using Source Selection Procedures. The contract will be a Fixed Price plus Incentive Award Contract. The Advisory Multi-step and Source Selection procedures under FAR Part 15 will be employed as the method of selection. Stage I Submissions: Firms having the capabilities to perform the services described in the RFP are invited to respond by submitting the required technical information as specified in the Stage I RFP. Stage II: Firms determined to be viable competitors shall be asked to submit a Stage II proposal consisting of previously submitted information from Stage I, a detailed Project Management Plan, a price proposal, and participation in an Oral Presentation. Contract Award: Award of firm-fixed price contract will be based on the ?best value trade-off? process (FAR 15). The ?Best Value Trade-off Process? is a method of evaluation price and factors other than cost of price. This method of evaluation has the objective of making trade-offs among cost or price and non-cost or non-price factors, permitting award to other than the lowest priced offeror or other than the highest technically rated offeror. The Government will select the proposal that represents the best value based on the evaluation of both technical factors and price, as specified in the RFP. ******* Small Business. This solicitation is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. Although this procurement is open to large business, small, small women-owned and minority businesses are strongly encouraged to participate. The Government recognizes the talent existing in smaller businesses and encourages their participation in the construction of Federal facilities. In accordance with Public Law 95-507, the offeror will be required to provide the maximum practicable opportunities for small business concerns, women-owned small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be approved and accepted prior to contract award. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned businesses. The North American Industry Classification System (NAICS) Code is 236220 for this project. Joint Ventures, Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. INTERESTED PARTIES/HOW TO OFFER. Interested parties should submit a letter of interest to the attention of Dana Pionke, at GSA, Property Development (5PC), 230 South Dearborn Street, Room 3512, DPN 35-6, Chicago, Illinois 60604-1578. A hard copy of the Request for Proposal (RFP)/ Compact Disc (CD) of the Drawings will be issued to interested parties who have been designated as authorized users. The anticipated release date of the RFP is on or about August 29, 2003; with an anticipated receipt of proposal date of September 29, 2003 by 2:00 P.M. interested parties may access the solicitation at www.eps.gov. It is the offeror?s responsibility to monitor this site for the release of the solicitation and amendments (if any). The scheduled date and time of the pre-proposal conference and walk-through will be announced at a later date ? currently they are scheduled for September of 2003. EMAILADD: dana.pionke@gsa.gov
 
Place of Performance
Address: US CUSTOMS CARGO INSPECTION FACILITY, 2810 WEST FORT STREET, DETROIT, MICHIGAN,
Zip Code: 48232
Country: USA
 
Record
SN00395370-W 20030809/030807214132 (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.