Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

R -- Construction Management Services for Asbestos Removal/Modernization of Peter W. Rodino, Jr., Federal Building, Newark, NJ

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-04-DTC-0048
 
Response Due
9/9/2004
 
Archive Date
9/24/2004
 
Point of Contact
Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, - Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588,
 
E-Mail Address
miriam.lopez-rivera@gsa.gov, miriam.lopez-rivera@gsa.gov
 
Description
The General Services Administration (GSA), Northeast and Caribbean Region, Public Buildings Services, Property Development Division, Room 1639, 26 Federal Plaza, New York. New York 10278; (212) 264-9491 announces a construction management services opportunity to support GSA?s Design and Construction Excellence Programs. The General Services Administration seeks a Construction Management (CM) Firm for design review, construction management (option), and post construction (option) services for the upgrade and modernization of the Peter W. Rodino Jr. Federal Building, 970 Broad Street, in Newark, New Jersey; Project No. INJ 04003, in accordance with GSA quality standards and requirements. GSA Northeast and Caribbean Region, Solicitation No.GS02P-04-DTC-0048(N). The scope of work includes the repair and/or replacement of the HVAC system, domestic water distribution system, building fire protection systems, lighting and electrical systems. It also includes interior restoration following the infrastructure work, exterior facade repairs and hazardous material remediation. There will be upgrades to the telephone and data networks, the security systems and modernization of restrooms to ensure full ADA and UFAS compliance. The estimated construction cost for this project is in the range of $50,000,000 to $60,000,000. All services shall be performed under the direction and supervision of professional licensed architects and/or engineers. To assure maximum efficiency of communication, an e-mail address will be maintained by the CM?s home office and the CM?s field office. The CM is required to have and be proficient in the use of Primavera and MS Project software. Project documents are in strict System International (SI) metric units. The proposed project team must have the ability to provide services for projects involving construction and hazardous material abatement The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, structural, mechanical , electrical and fire protection) with in-house personnel, joint venture or firm/consultant. The firms shall be evaluated on interdependency of members with the demonstrated ability to provide a quality design review effort. Additional information, on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be permitted. Joint Ventures must clearly identify their contractual arrangement. The scope of services is for the design review phase, two options for the construction phase and an option for the post construction phase. The design phase services include, but are not limited to, review of design and construction documents for constructability and sustainability, participation in value engineering studies, recording minutes of meetings, record keeping, electronic project management, schedule control, reporting progress, meeting facilitation and attendance, submittal processing, and progress payment processing. Construction phase services will be performed in two separate construction contracts. The basic CM contract will consist of CM services for the design for phase1 (Subbasement, Basement & Floors 1 through 8) and phase 2 (Floors 9 through 16). Option 1 CM services will be for the construction of phase 1. Option 2 CM services will be for the construction of phase 2. Construction phase option services will include project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, and other contract quality assurance functions, responding to information requests, contract modification preparation, claims prevention and claims processing, monitoring labor provisions, photo documentation, general service items and other services. The option for the Post Construction Phase is for claims services. This option also includes, but is not limited to, claims analysis and litigation support. Responses must include a composite Standard Form (SF) 330, Part I - Contract - Specific Qualifications for the proposed project team and SF 330, Part II - General Qualifications for the prime firm and each proposed consultant (if any). The SF-330 must be dated not more than twelve months before the date of this synopsis. Respondents will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality design review and construction management, capacity to follow through on all phases of the project, and proven experience and past performance. The respondent CM is required to include a narrative for each of the projects included in the proposal submitted for evaluation. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this solicitation. CM's are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone numbers of the project owners, contact reference person for A/E firm of record, and owner of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on projects similar to this solicitation, and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons listed as references and persons not listed by the CM. Responses to technical evaluation criteria items 1 and 2 below shall describe three (3) modernization and new construction projects, which have been completed within the past ten (10) years. Describe both capability and experience: technical expertise; negotiating; partnering; mediating; inspection; value engineering ability; client communication and community outreach; code and contract compliance; ability to control budget, schedule and quality of the design and construction. Relevant photographic or graphic examples will be permitted. The selection will be based upon evaluation of the following technical evaluation criteria: (1) Design review and construction management experiences [55%]: The firm shall submit a description of their construction management background and experience with design review for the type of project specified in this solicitation, especially experience with: A. High profile tenants, federal agencies, Work in ocuppied buildings and knowledge of applicable government regulations, B. Three (3) projects, of which at least one shall be at least $50M. Describe degree of complexity of the project and ability to control budget, schedule and quality. C. Local and National Codes D. The following categories shall be addressed: Disciplines: Architectural, Structural, Mechanical, and Electrical; Specialties: Fire & Life Safety, Security, Seismic, Accessibility, Hazard Abatement (asbestos, contaminated soil, lead, PCBs, etc.), Sustainable Design & Construction, Cost Estimating. (2) Project Team [25%] The firm shall submit documentation of proposed Project Team indicating member?s proven ability of successful experience with similar projects and capacity to work together. (3) Management & Organization [20%] A. Describe management approach to performing the work, namely: management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. B. Address the capability of staffing the project with qualified CM and the CM?s consultants personnel in relation to their work load fluctuations, ability to meet schedules, and ability to effectively respond to the work. C. Discuss planning for this Contract and Current Workload; Office equipment to accommodate the Firm?s Computer Aided Design (CAD) System & Software and Specification Software Compatibility w/GSA Region 2. The GSA Selection Board shall screen the qualifications and performance record of the CM applicants and shall shortlist approximately three firms for interviews and futher evaluations for the GSA Evaluation Board. Consideration will be limited to firms having an existing active construction management practice within a seventy-five (75) mile radius from Columbus Circle, New York. The successful offeror will be required to staff an office at the job site for the duration of the construction phase. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Construction Management firms having the capability for the proposed work, in order to be considered, must submit Standard Form 330 with a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm?s ability to provide similar relevant services as required by the evaluation criteria under Construction Management Experience. All firms being interviewed shall be expected to address their qualifications for the above selection factors and the specific project. A selection shall be made from the interviewed short listed firms, and the name of the selected firm shall be advertised in this publication. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CM (if not a small business of less than $28.5M gross average sales receipts for the past three years), shall be required to present an acceptable Small Business 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 subcontracting goals of 39 percent for small businesses, 5 percent for small disadvantaged businesses, 5 percent for women-owned small businesses, 3 percent for HUBZone businesses, and 3 percent for service-disabled veteran-owned businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with small, small disadvantaged, women-owned small, HUBZone and service-disabled veterans small business firms as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small business, small disadvantaged business, women-owned small business, HUBZone business, and service-disabled veterans business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. A copy of the Scope of Work can be obtained from Miriam Lopez-Rivera, Contracting Officer at 212/264-9491; Fax Number 212/264-0588 or via email: miriam.lopez-rivera@gsa.gov. Any questions and/or comments may also be address to Miriam Lopez-Rivera. A Pre-Submittal Conference will be held at the Peter Rodino Federal Building, 970 Broad Street, Room 205, Newark, NY, at 1:00 p.m. on August 19, 2004 to discuss the project and address any questions and/or concerns. If you planned to attend this conference, you must notify Mrs. Lopez-Rivera at the telephone number, by Fax or E-mail address listed above, by August 17, 2004. NOTE: Cameras and video equipment will not be permitted in the Office Building. In addition, cell phones will be turned over to security while participants attend the conference. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five (5) copies of all documents required (including SF-330, Part I - Contract Qualifications and Part II - General Qualifications, along with a cover letter of interest) to: General Services Administration, 26 Federal Plaza, Bid Room 18-110, New York, New York 10278 by 3:00 P.M., local time on September 9, 2004. The following information must be on the outside of the sealed envelope: 1) Solicitation Number: GS-02P-04-DTC-0048(N)/ Construction Management Services for the Asbestos Removal/Modernization of the Peter W. Rodino, Jr. Federal Building, 970 Broad Street, Newark, NY , 2) Due Date: September 9, 2004, 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, (Page 6) specify only current W-2 payroll (non-contract) personnel of each firm. In Block F, G & H of the Standard Form 330, Part I, the CM firm MUST respond to the three (3) EVALUATION CRITERIA stated in the FedBizOpps announcement for this soliciation. In Block I of the SF 300, Page 5, the CM firm MUST sign, fill out the Name and Title, and date the submittal. This Contract will be procured under the Brooks Act and FAR Part 36. Award of the contract is contingent upon funding approval. NOTE: SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This is not a request for proposal.
 
Place of Performance
Address: Peter W. Rodino, Jr. Federal Building, 970 Broad Street, Newark, NY
Country: USA
 
Record
SN00638083-W 20040807/040805213225 (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.