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 -- Renovation and Conversion of FOB8, Washington, DC

Notice Date
7/28/2003
 
Notice Type
Solicitation Notice
 
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-11P03MKC0061
 
Response Due
9/11/2003
 
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 708-4964,
 
E-Mail Address
christine.kelly@gsa.gov
 
Description
FOB 8 CMc Pre-Solicitation Notice Announcement The General Services Administration announces an opportunity for Construction Excellence in Public Buildings. The following document describes the procurement for Construction Manager As Constructor (CMc) services for the proposed renovation and conversion of Federal Office Building 8, which is primarily a laboratory, located at 200 C Street, SW, Washington, DC, into an office building. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and various options for Construction Phase Services, which are described below. The Government intends to award a fixed-price contract with a financial incentive. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. Stage 1 of the process will be a Request for Qualifications, under which the Government will evaluate experience and past performance and advise offerors of their competitive viability. Thereafter, the Government will issue Stage 2, Request for Proposals, which will solicit price proposals, and additional technical evaluation factors. Under this solicitation, all evaluation factors other than price, when combined, are significantly more important than price (see FAR 15.101-1 trade offs). Project Summary. The building is approximately 46,280 gross square meters (557,700 gross square feet). The project includes demolition, base building construction, and tenant fit-out. During construction, the contractor must he operate and maintain the chilled water plant, which feeds an adjacent building. The building tenants have not been identified. The estimated range for construction cost, including tenant fit out, is $95,000,000 to $115,000,000. Occupancy is anticipated by May 2007. The renovation will be designed in metric units. Definition of Construction Manager as Constructor. The General Services Administration (GSA) defines a CMc as a firm that contracts directly with a building owner, here, GSA, to provide pre-construction services as well as general construction and construction management services. . The CMc will be a member of the project development team during the design and construction phases, working with GSA, GSA's selected A-E firm, and other GSA consultants. Services to be Provided. The CMc will provide professional, technical, administrative and clerical personnel, as needed, to perform all required services to renovate the building, including, but not limited to, those described in this presolicitation notice. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The CMc will be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; and other disciplines. Pre-construction Phase Services shall include, but are not limited to, review and evaluation of the concept, design development and construction document submissions for constructibility, value engineering suggestions, identification of any problems or errors in the design and design documentation, consultation during construction document production, preliminary project schedule development, cost estimates, and development of subcontractor and supplier interest. Construction Phase Services shall include, but are not limited to, renovation and conversion of the building in accordance with the specifications, administration of the construction contract and all subcontracts, coordination of regular construction meetings, CPM scheduling, maintaining of construction records including daily logs and monthly reports, monitoring of construction costs, "commissioning" and turnover to designated facility management staff, and other required supplemental services as requested by GSA. During contract performance, the CMc shall provide GSA with sound management advice regarding the approach to the project, means to achieve the best value in performance, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for renovation and conversion of the facility. Proposal Submission Requirements. Initial proposals will be evaluated using the Advisory Multi-step Process (FAR 15.202). Firms should provide information responsive to the evaluation criteria in the RFQ, which will be published on or about August 12, 2003. The Government will evaluate the submissions to identify and advise the firms about their potential to be viable competitors. The Government will evaluate all responses in accordance with the criteria stated in that notice, 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 will advise respondents considered not to be viable competitors of the general basis for that opinion. The Government will inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions concerning their viability, they may participate in the next step of the acquisition. Firms that do not submit written responses to the RFQ will not be eligible to compete in subsequent steps of this procurement. During the RFP stage, the offeror must demonstrate that it is licensed as a Construction Contractor in the District of Columbia; and the offeror must provide a statement from its bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570 "companies holding certificates of authority as acceptable sureties on federal bonds and acceptable reinsuring companies", as certifying their bonding capacity for a project with an estimated range for construction cost of $95,000,000 - $115,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternative to evidence of corporate bonding capacity. Please contact Michele Mailhot, contract specialist (WPC), if you have any questions. She can be reached by e-mail at www.michele.mailhot@gsa.gov or by telephone at 202-401-1038. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-NOV-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/WPC/GS-11P03MKC0061/listing.html)
 
Place of Performance
Address: FOB 8 Washington, DC
 
Record
SN00709810-F 20041119/041117213800 (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.