Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

Z -- St. Paul, Minnesota Warren E. Burger Federal Building and U.S. Courthouse, Construction Manager as Constructor Services (CMc)

Notice Date
10/3/2003
 
Notice Type
Solicitation 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-05P-04-GBC-0004
 
Response Due
11/25/2003
 
Archive Date
12/10/2003
 
Point of Contact
Sherri Turner, Contracting Officer, Phone (312) 886-7879, Fax (312) 886-4103, - Christine Parzygnat, Contracting Officer, Phone 312-886-4109, Fax 312-353-9186,
 
E-Mail Address
sherri.turner@gsa.gov, chris.parzygnat@gsa.gov
 
Description
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 renovation of the Warren E. Burger Federal Building & U.S. Courthouse, 316 Robert Street, in St. Paul, Minnesota. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. 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 W.E. Burger Federal Building & U.S. Courthouse was constructed in 1966. The seven- story building provides 260,541 occupiable square feet. The renovation project will increase the presence and meet the operating needs of the courts, upgrade the facility to U.S. Courts Design Guide standards, meet ADA requirements and improve security. Work items include creating a separate circulation system for the judges, prisoner, staff and public; security upgrades at the building entrance, new salleyport, new Special Proceedings Courtroom, and expansion of the court family functions. Construction will be phased, as the building will be fully occupied, during the renovation. It is anticipated that multiple bid packages may be developed. Estimated optional construction phase cost range is $25,000,000 to $30,000,000. 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 shall 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, Teng & Associates, Inc., Chicago, IL, as well as other GSA consultants. (NOTE: No A-E contract has been negotiated or awarded at this time.) Proposal Submission Requirements: Proposals will be evaluated using a two-stage, advisory multi-step process (FAR 15.202). Stage I of the RFP will contain an explanation of the entire selection process, including the evaluation factors for Stage I and Stage II of the Request for Proposals (RFP). Under Stage I, offerors must submit information regarding the firm's qualifications, past performance, past experience, proposed personnel, experience with electronic project management (e-PM) and factors identified in the RFP. Submissions shall clearly address the rating factors identified in the Stage I RFP. The Government will evaluate Stage I of the RFP submissions to identify and advise the offerors about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in Stage I of the RFP. The Government 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 Stage I submissions, they may participate in Stage II of the acquisition. Offerors must submit a Detailed Project Management Plan, Oral Presentation, Price Proposals and Subcontracting Plans under Stage II of the RFP. All Stage II respondents shall provide a brief written narrative of their outreach efforts to utilize small disadvantaged and small women-owned businesses on this project. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: 40% for Small Business (SB) which includes 2.5% for HUBZone Small Business (HZSB), 8% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), and 5% for Veteran-Owned Small Business (VOSB) that includes 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB) for Fiscal Year 2003. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. (Small businesses are not subject to this requirement.) Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 - Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Offers from Small disadvantaged business concerns will receive a price evaluation preference per FAR 19.12. FAR Clause 52.219-23 - Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns shall apply. The Stage II evaluation will be based on technical factors as well as price. The Government reserves the right to discussions. Pre-Proposal Conference: A Pre-Proposal conference will be held prior to Stage II submissions at the Warren E. Burger Federal Building & U.S. Courthouse, 316 Robert Street, St. Paul, MN 55101. How to Request A Copy of RFP: Potential offerors having the capabilities to perform the services described herein are invited to request a Stage I RFP at the following address: Sherri Turner, Contracting Officer, General Services Administration, Property Development Division (5PCI), 230 S. Dearborn Street 35-6, Chicago, IL 60604 or Sherri.Turner@gsa.gov. Stage I Proposals will be due at the: General Services Administration, Property Development Division (5PCI), 230 S. Dearborn Street 35-6, Chicago, IL 60604, no later than (NLT) 3:00 p.m. CDT on November 25, 2003. For questions, please call Sherri Turner at (312) 886-7879.
 
Place of Performance
Address: Warren E. Burger Federal Building & U.S. Courthouse, 316 Robert Street, St. Paul, Minnesota
Zip Code: 55101
Country: USA
 
Record
SN00447605-W 20031005/031003213222 (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.