Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

R -- CONSTRUCTION MANAGER (CM) SERVICES FOR THE

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
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
GS05P04GBC0074
 
Response Due
10/12/2004
 
Archive Date
10/27/2004
 
Point of Contact
Lisa Gonzalez, Contracting Officer, Phone 312-886-4106, Fax 312-353-9186,
 
E-Mail Address
lisa.gonzalez@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Management (CM) Services are required for the proposed Curtainwall Design and Repair of E.M. Dirksen and J.C. Kluczynski Federal Building in Chicago, Illinois. The scope of CM Services under this proposed contract is for Construction Phase Services. Project Summary. The project proposes repairs to the original curtainwall system, replacement of deteriorated glass-to-metal and metal-to-metal building joint seals, repair or replacement of damaged curtainwall components, installation of a proper weep system to drain water from the curtainwall system, painting of both buildings in their entirety, modifications to the glass lites to improve blast resistance, and establishment of a consistent overall building appearance in strict compliance with original building design aesthetics. This will be a Design-Build project with an estimated total construction cost range of $18,000,000 to $22,000,000 and project duration of approximately 12 months. Definition of Construction Manager. A Construction Manager is responsible for providing the management, quality control and administrative tasks needed to perform the services in expeditious and economical manner consistent with the best interests of the Government. A Construction Manager?s duties shall include, but are not limited to the following tasks: conducting a pre-bid conference for potential design/builders, preparing addendums and answering questions on RFP from potential design/builders, coordinating design activities, monitoring the design progress, reviewing and evaluating contractor?s schedules and phasing plan, scheduling and attending all progress meetings, tracking and facilitating timely security clearances, reviewing cost estimates and payment applications, preparing independent government estimates, resolving problems with the design/ build firm, keeping government records, reporting on job progress, monitoring and reporting on quality of design/development, assisting in negotiations of change orders, monitoring and reporting on cost vs. budget, and coordinating information between A/E, Contractors and GSA. Proposal Submission Requirements. Proposals will be evaluated on a two-stage, qualification based selection process. Firms with an interest in being considered for the project will be required to submit information for the following factors: 1) Past Experience/ Performance (35%)- This factor considers the offeror?s experience as a firm in providing comparable construction management services for similar projects. The offeror shall submit at least three (3) similar renovation projects of occupied office space that were completed in the last five (5) years with a construction cost greater than $8,000,000. For each project, provide information as to compliance with contract schedule, budget and quality requirements; the number and severity of problems; effectiveness of corrective actions taken and overall work record. Past Experience can be described as what jobs you have performed. 2) Qualification of Key Personnel (35%)- This factor evaluates the experience and qualifications of team members and their availability and responsibility to the proposed project. The Offeror shall provide evidence of the competency, past performance and related experience for team members to be assigned to this project. Team Members, at a minimum, include the Project Manager and On-Site Superintendent. Resumes for each team member should address: currently held position/title, proposed project position/title, education, professional licensing, personal awards received and work experience over the past ten (10) years. Summarize the qualifications, experience, education, background information, specific assignments and other significant information for each proposed key member of the offeror?s team. Provide a preliminary staffing plan that identifies the proposed duties of the key personnel. Provide at least two references for each team member. The government intends to contact those individuals and firms that are listed as references by the offeror, as well as others that may be obtained in the process, 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. 3) Management Plan (30%)- The factor considers the offeror?s management plan which indicates the means and methods to ensure the project is managed in a manner which will maximize the opportunity for successful completion of the project on-time, on-budget and within quality expectations. The Offeror shall provide a detailed Project Management Plan in narrative form describing project staffing, coordination, communication, project scheduling and quality control methods. Provide a Staffing Plan which details the amount of time anticipated to be spent on-site for each key person and the amount of time to be spent working in the home office on this project. In Stage I, the Evaluation Board shall evaluate the qualifications and performance record of the CM submittals and shall select the most highly qualified firms and invite them to participate in Stage II of the selection process. In Stage II the short-listed CM firms will be required to submit additional information, including past performance information and Standard Form 330, and participate in an oral presentation. Stage II interviews will be held in Chicago on November 08 & 09, 2004. The Government will solicit a price proposal from the selected Construction Manager. The Government reserves the right to make an award based on Stage II proposals without holding discussions. How to Offer. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-9). This procurement is open to small business concerns only. Firms having the capabilities to perform the services described herein are invited to respond by submitting five (5) copies of all documents required to the following address: General Services Administration, Attn: Lisa Gonzalez, 230 South Dearborn Street, Room 3512, Chicago, IL 60604. Responses from individuals must be received no later than 2:00 p.m. CST on 12 October 2004. All submittals must clearly indicate the solicitation number and title on the outside of the envelope. Late responses are subject to FAR Provision 52.214-7. This contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Proposal.
 
Place of Performance
Address: 230 SOUTH DEARBORN STREET, CHICAGO, ILLINOIS
Zip Code: 60604
Country: UNITED STATES
 
Record
SN00669284-W 20040911/040909213131 (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.