Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

R -- CONSTRUCTION MANAGEMENT SERVICES

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-03-KTC-0150
 
Response Due
10/31/2003
 
Point of Contact
Lilia West, Contracting Officer, Phone 415-522-3152, Fax 415-522-3114,
 
E-Mail Address
lilia.west@gsa.gov
 
Description
The General Services Administration (GSA, Region 9, San Francisco) announces a requirement for a firm fixed-price Construction Management Service Contract to provide services for the expansion and reconfiguration of the San Ysidro Border Station in San Diego, CA . This procurement is made under Brooks Bill. The estimated construction cost is between $100,000,000 and $125,000,000. The estimated size of the facility is 200,000 gross square feet including an administration area, pedestrian inspection area, new northbound and southbound inspection facilities, parking for 150 cars, and realignment and addition of both northbound and southbound inspection lanes. Award of the design A/E is anticipated for early 2004 with design starting shortly thereafter. Award of the CM contract is anticipated for early March 2004. Construction is scheduled to begin in 2006 and be completed in 2010. It is anticipated that the Design/Bid/Build delivery system will be used for this project. The General Contractor(s) will be selected under FAR Part 15, considering technical as well as price criteria. GSA is seeking a firm with qualifications and experience in managing the design and construction of similar sized projects including general office buildings, site work, and phasing of tenant moves. All services under this contract shall be performed under the direction/supervision of professional architects and/or engineers with substantial construction experience. Base contract includes, but is not limited to: Design Phase Services: Review design submittals for compliance with design guidelines; monitor and document quality, and provide constructibility reviews: develop innovative opportunities to improve the project’s design and construction: perform value engineering; provide coordination between the designer and the Government; monitor cost and schedule, provide independent cost estimates, and provide other contract quality assurance functions. Options may include: (1) Procurement Phase Services: provide assistance to the Government on contract packaging strategies, help develop and prepare Request for Qualification (RFQ) and, Request for Proposal (RFP) packages for construction, assist in selection process, and provide advise during the technical evaluation of proposals. (2) Demolition Phase Services: Manage site work contract to include demolition, hazardous materials removal/disposal and/or excavation. (3) Construction Phase Services: provide assistance to the Government in overseeing the daily activities of the construction contractor. Duties include schedule review, inspection and testing, review and processing of pay applications, administration of change orders, claims avoidance, review of labor rates and worker interviews, coordination of tenant relocations, and start up and commissioning of facility equipment. (4) Post Construction Phase Services: provide assistance to the Government including project closeout, punch list completion, building commissioning and claims resolution. A short list will be established based on the following four evaluation criteria: (1) Past Experience of Firm (40%), Demonstrated experience on 5 major projects completed in the past 10 years of similar size and complexity in design review and construction management. Emphasis will be given to specialized experience in projects including building of structures and site-work; experience in construction management on projects where the facility continues operation throughout construction; experience with projects where operations are transferred from one facility to another without interruption of those operations; and experience on large public facilities which enable the movement of large numbers of people (2) Experience of Individual Team Members (30%), Education and background, qualification, professional licenses and affiliations of principal team members, and the team’s demonstrated ability of working together to provide similar relevant services to public and private sector clients. (3) Management Strategies (10%), Visual and narrative presentation of your management approach to a project of this size and complexity including anticipated milestone methods employed for cost and schedule control, claims avoidance, and communication and reporting procedures. Identify critical areas of concern specifically for this project and potential problems and your proposed methods of resolving them and achieving successful project. (4) Past Performance (20%), For each project identified in (1) above and for key personnel submitted, provide the owners name, two points of contact, phone numbers for the points of contact. Demonstrate successful design review, cost control, schedule control, quality control and the ability to render professional services in a reasonable manner to further the clients interests, A maximum of five (5) firms will be short listed. As part of the selection process, the short-listed CM firms will be interviewed. Following the interviews, a RFFP (Request for Fee Proposal) will be sent to the selected CM firm. Consideration for contract services is limited to firms having an existing active office in the State of California (geographic limit), preferably Southern California. Respondent shall demonstrate that their personnel proposed for this contract are willing to relocate to the project (job) site in San Diego for the duration of the construction phase. Joint venture or firm/consultant arrangements may be considered. Any proposed joint venture or firm/consultant arrangement, including key personnel, will be required to have an existing office within the geographic area of consideration capable of performing 70% of all contract services. This procurement is made under the Small Business Competitiveness Demonstration Program. Although this procurement is open to large businesses, small and minority firms are also encouraged to participate. Before award of the contract, the CM firm (if not a small business with $4M gross average sales receipts for the past three (3) years) shall be required to submit an acceptable 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 national subcontracting goals of 40 percent for Small Businesses, 10 percent for Small Disadvantaged Businesses, 5 percent for Small Woman-Owned Businesses, and 3% for Service Disabled Veteran-Owned Small Business. Firms having the qualifications to meet these requirements are invited to submit their GSA Form 254 and 255 along with a statement of the current workload of the firm. To receive an information package, please e-mail Lilia West at lilia.west@gsa.gov. The short-listed firms will be published in the FedBizOpps and will be notified for interviews. Submissions for this solicitation are due on October 31, 2003, by 3:00 P.M. and shall be mailed or delivered to Lilia West, Contracting Officer, General Services Administration, Property Development Division (9PCN) 450 Golden Gate Ave., 3rd Floor West, San Francisco, CA, 94102. Please mark the package with Solicitation Number GS-09P-03-KTC-0150. Submissions delivered or received after October 31, 2003 will not be accepted. Award of the contract is contingent upon Congressional funding approval. This is a request for qualifications. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-DEC-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/9PCS/GS-09P-03-KTC-0150/listing.html)
 
Place of Performance
Address: San Ysidro, California
Country: United States of America
 
Record
SN00490927-F 20031218/031216214527 (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.