Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

Z -- Interior Renovation of the Federal Building, 210 Walnut, Des Moines, IA Construction Manager as Constructor CMc Services Contract

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P04GZC0005
 
Response Due
1/6/2005
 
Archive Date
1/21/2005
 
Description
MIKE FLANIGAN is the contact point for this procurement. His telephone number is (816) 823-4912. Please Contact Mike with any Solicitation questions. Courtney Springer is the Contracting Officer on this procurement. He can be reached at (816) 823-2276. Pre-Invitation Notice: 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 proposed Interior Renovation of the Federal Building located in Des Moines, Iowa. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. A Fixed-Price contract under FAR 16.202-1 is contemplated. 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 Federal Building is located at 210 Walnut Street, Des Moines, Iowa. The project consists of approximately 390,000 gross square feet while containing approximately 263,500 occupiable square feet. Approximately forty federal agencies occupy the Federal Building. Another project is presently underway and involves the Repair and Alteration of the fa?ade of floors 2 through 10, including the penthouse and roof. The exterior fa?ade replacement project addresses air and water infiltration though the building envelope, and is expected to be complete January 2005. The Interior Renovation Project addresses interior renovation and upgrades systems and spaces to improve a variety of issues including abatement of hazardous materials including asbestos and lead paint, mechanical system upgrades, electrical system upgrades, modernization of tenant spaces, ADA upgrades including restrooms, and progressive collapse upgrades. Also included in the Interior Renovation Project is the renovation and replacement of the fa?ade on the first floor, construction of entries / lobbies / plazas and vertical transportation. Construction will be in multiple phases as tenants are relocated to provide vacant floors for each phase (the government plans to vacate two to three floors to allow for construction and anticipates the project will include four phases, with construction lasting no longer than 4 years). Total construction costs including all phases are estimated at $35,000,000 to $50,000,000. 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, GSA's A-E firm, as well as other GSA consultants. (NOTE: A-E firm has been selected but no 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. All information submitted concerning a joint venture should clearly identify roles and responsibilities within the joint venture. Submissions shall clearly address the rating factors identified in the Stage I RFP. The evaluation criteria elements for Stage I are as follows: Past Performance as Construction Manager as Constructor (CMc), or Traditional General Contractor (360 points); Past Performance with Preconstruction Phase Services on Similar Projects (180 points); Past Performance for CMc or General Contractor within the Greater Des Moines, Iowa Area (120 points); Qualifications and Experience of the Four (4) Key Personnel (160 points); Experience in the Greater Des Moines Area with General Construction and Pre-construction Services on Similar Projects (150 points); Experience in Use of Alternative Dispute Resolution (20 points); Experience with Building Owner as Full Partner (20 points); Experience with Value Engineering (20 points); CMc?s Use of Current Project Management Technology (20 points); and Project Specific Knowledge (50 points). Stage I Request for Proposals will be issued on or about December 6, 2004. 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 the Stage I of the RFP, and 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 submissions, they may participate in the next stage of the acquisition. The evaluation criteria elements for Stage II are as follows: Project Management Staffing Plan (40 points); CMc?s Remaining Qualification and Experience of Key Personnel (170 points); Quality Control Plan (20 points); Network Analysis Schedule (40 points); Safety Plan (20 points); Track and Control Costs (20 points); Processing Correspondence/Dealing with Issues (20 points); Utilization of ?Sustainable? Methods and Materials (20 points); and Oral Presentation (50 points). 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: 39% for Small Business (SB) which includes 3% for HUBZone Small Business (HZSB), 6% 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 2004. 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; however, as proposals become more equal in their technical merit, the evaluated cost or price becomes more important. The Government reserves the right to make an award based on the evaluation of the Stage II submittals without holding discussions. Pre-Construction Services are anticipated to be awarded the summer of 2005. Options for Construction Phase Services will be exercised if the Government chooses, and if the CMc contractor?s performance is satisfactory. Pre-Proposal Conference: A Pre-Proposal conference is planned for mid December. The actual date and time will be included in the next FedBizOpps announcement. Persons with disabilities needing auxiliary aid should make their request for auxiliary aid to the Contracting Officer at least 2 weeks prior to the date of the pre-proposal meeting. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution (FEDTeDS). GSA, PBS, Property Development Division, Administrative/Procurement Services Branch (6PCA), will no longer mail hardcopies of the solicitation and amendments. The solicitation (specifications) and its amendments will only be available through a link in www.fedbizopps.gov to the Federal Technical Data Solution (FEDTeDS) website. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR (www.ccr.gov) and then with FEDTeDS (www.fedteds.gov). As the General Services Administration implements FEDTeDS, solicitations will continue to be available through the government-wide point of entry (www.FedBizOpps.gov) but the sensitive but unclassified acquisitions related information (specifications) will only be available through links to FEDTeDS. Offerors are responsible for producing their own print sets for their own use. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors must supply the following information: 1. Your Company?s Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company?s CCR Point of Contact, 2. Your Company?s DUNS Number (800-333-0505 if you do not have one) or CAGE Code, 3. Your Company?s Tax ID Number, 4. Your Telephone Number, and 5. Your E-Mail Address. Your CCR registration should take approximately 48 hours for processing and activation. Once you have registered with CCR you may then register with FEDTeDS to view solicitations. No federal materials can be downloaded until you have registered under both sites. You may register with FEDTeDS via the following URL https://www.fedteds.gov/. If you have not used the site previously, please go to Register with FEDTeDS and read the Vendor User Guide. The official plan holders list will be based on only those requesting specifications through FEDTeDS. Stage I proposals are due at the: General Services Administration, Office of Business & Support Services (6ADB), 1500 East Bannister Road, Room 1161, Kansas City, MO 64131-3088, no later than (NLT) 3:00 p.m. CDT on January 6, 2005. The Request for Proposals Stage 1 will be available by link via the Solicitation on or about December 6, 2004. The list of plan holders will be based only on those requesting the proposal documents via FEDTeDS (see above) through the link contained in the announcement. Those requesting specifications must first register at www.ccr.gov. Please Contact Mike Flanigan, Contract Specialist, for questions concerning this announcement at (816) 823-4912 or fax at (816) 823-5523. Technical questions should be directed to the Project Manager, Don Distler, at (816) 823-5078.
 
Record
SN00709698-W 20041119/041117212328 (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.