Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2004 FBO #1088
SOLICITATION NOTICE

R -- Construction Management Services for the Mary Switzer Modernization Project

Notice Date
11/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-05-MKC-0011
 
Response Due
12/28/2004
 
Archive Date
1/12/2005
 
Description
THIS NOTICE IS ALSO POSTED UNDER CLASSIFICATION CODE Y - Construction of structures and facilities. The General Services Administration (GSA) intends to issue a Request For Proposals (RFP) for a negotiated Construction Management (CM) professional services contract for the Modernization of the Mary E. Switzer Building, 330 C Street, SW, Washington, DC. The scope of the contract includes limited design phase services, procurement phase service, contract administration services and construction phase services including scheduling, testing, limited commissioning, inspections, and closeout services and claims services if needed. The construction project consists of the modernization of approximately 591,000 s.f. of existing building with a new structure of an additional 15,000 g.s.f. to be created with an estimated construction cost in the $70 - $90 million dollar range. One CM firm fixed price contract will be awarded, subject to the availability of funds. All work will be performed in accordance with GSA authorized and approved standards. The selection process will utilize source selection procedures in accordance with FAR 15.3. The selection process will use tradeoffs and technical/management factors are more important than price and price related factors. Offerors must demonstrate successful experience as a Prime Construction Management (CM) professional service contract on at least one (1) similarly complex project in the last eight (8) years with a construction value of not less than $35 million. Similarly complex is defined as meeting four (4) or more of the following: 1)the project involved the modernization of a comparably sized structure; 2) the modernization was performed in an occupied and functioning office building; 3) the project involved all of the following disciplines - architectural, civil, structural, HVAC, plumbing, electrical, fire alarm, elevator, and telecommunications; 4)the project required constructability reviews; 5) project was phased construction; 6)the project included historic restoration and repair of a building listed or eligible to be listed on the National Register of Historic Buildings. 7) the project included Hazardous Material abatement. Proposals meeting this criteria will be reviewed and evaluated based on the following criteria: (1) Experience on Similar Projects (20%); (2) Key Personnel (40%); (3) Past Performance (20%); and (4) CM Capabilities/Management Approach/Subcontracting Plan (20%). This solicitation is open to both large and small business professional firms. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average "annual receipts" of $28.5 million. Large business firms shall be required to present an acceptable Small Business Subcontracting Plan in accordance with the solicitation, FAR 52.219-9 and with Public Law 95-507, as part of its proposal. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, veteran-owned, service-disabled veteran owned, HUBZone, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. Subcontracting Plan must demonstrate the offeror's a creative and innovative program for involving all types of small business concerns as subcontractors in the performance of this contract. Consideration is open to established, qualified firms licensed to perform professional services (defined in FAR 22.1102), which currently have active, properly staffed offices within the continental United States (including subcontractors). The RFP will be issued electronically on or about November 29, 2004, on the Internet at: http://www.fedbizopps.gov and the proposals will be due 30 calendar days after issuance. This site provides instructions for downloading the RFP. YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOAD OF THE RFP AT THIS SITE and register on the Interested Vendor List (IVL). All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. A preproposal conference is currently scheduled for December 6, 2004. Details about the conference will be issued in Section L of the RFP.
 
Place of Performance
Address: 330 C. Street, SW, Washington, DC
 
Record
SN00709069-W 20041118/041116212224 (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.