Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
MODIFICATION

Z -- Construction Manager as Constructor (CMc) for the modernization of the A.J. Celebrezze Federal Building in Cleveland, OH.

Notice Date
3/22/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P05GBC0018
 
Response Due
3/30/2005
 
Archive Date
4/14/2005
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103, - Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103,
 
E-Mail Address
jason.gerloff@gsa.gov, jason.gerloff@gsa.gov
 
Description
Modification 1: The response date has been extended until March 30, 2005. The Request for Proposals (RFP) will be released on March 31, 2005. Note that the Pre-Proposal Conference has been changed to Friday, April 8, 2005 at 10:00 am at the A.J. Celebrezze Federal Building. Location in the building will be provided in the RFP. For firms in the competitive range, interviews will be held in Chicago on May 18, 19, 2005. If there are any questions please contact me at (312) 886-1542. ____________________________________________________ Construction Manager as Constructor (CMc) Services The General Services Administration (GSA) Great Lakes Region announces an opportunity for Construction Manager as Constructor (CMc) Services related to the modernization of the existing A. J. Celebrezze Federal Building in Cleveland, Ohio. The A.J. Celebrezze Federal Building was constructed in 1966 and is a 32 story office tower located in the northeast section of downtown Cleveland on a plot of land bound by Lakeside Avenue on the north, East Ninth Street on the east and East Sixth Street on the west. The total building gross square footage is approximately 1,462,628 square feet; this includes the two basement levels and the 32 floors above grade. The office tower is set back approximately 121 feet from East Ninth and 29 feet from Lakeside Avenue. At ground level, the building is adjoined on all fours sides by public Plaza?s and landscaped with granite pavers and planting areas. The scope of the CMc services under this proposed contract includes Pre-Construction Phase Services and a unilateral option for Construction Phase Services. A firm, fixed-price contract is contemplated. The Government intends to evaluate price proposals according to the CMc?s cost of Pre-Construction Phase Services as the Base Contract and Construction Phase Services as an Option. The Government contemplates the Option pricing will be broken down, for evaluation purposes, into prices corresponding to: Construction Phase Construction Management Services, General Construction, Profit, Overhead, Daily Delay Rate, Subcontractor Commission, and General Conditions. A firm, fixed-price based upon the general construction services required will be negotiated prior to exercising the Construction Phase Option. The CMc will be competitively chosen using Source Selection Procedures (FAR 15.3). For this procurement, technical factors when combined are more important than cost or price. Project Summary: Selection of the CMc ? type firm will be in accordance with the federal acquisition regulations, source selection procedures and the ?Best Value Trade-Off? process. All elements of work to be executed must be within the congressionally mandated cost limitation. As part of the CMc Pre-Construction Phase, the CMc shall work with the A E and the Government in a cooperative team effort to ensure a quality project, within the mandated schedule and budget. For the Pre-Construction portion of this contract, GSA intends to have the contractor perform services such as: preliminary evaluation of design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing cost estimates, preparing independent cost estimates in various formats, controlling schedules, keeping records, reporting on design and construction progress, resolving problems, conducting Value Engineering (VE) exercises, conducting constructability reviews and performing administrative and other services as defined in this scope of work, in addition to other related services deemed necessary to provide for a completely functional facility. For the Construction Phase of this project, the major work items include the Restoration of the Exterior Building Plaza, Installation of a New Fire Life Safety System and Upgrading Existing HVAC and Building Automation Systems. Construction will be phased and the building will be occupied during construction process. All building systems will remain in operation during construction and the project phased to avoid disruption of occupants. The Total Estimated Construction Cost range is $25 million to $40 million. Of the Total Estimated Construction Cost, the Plaza portion of the work is estimated to be in the $12 to $15 million range and the HVAC and Fire Life Safety work is estimated to be in the same $12 to $15 million range. The construction duration will be approximately 30 months. This amount or duration does not include Pre-Construction Phase services (Base Contract). CURRENTLY FUNDS ARE NOT AVAILABLE FOR THE BASE CONTRACT. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction services. 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). In contrast to a CM that is not also a constructor; the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the defined budget or Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. At the time of the CMc contract award, which is projected to coincide with the Design Development Phase, project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGS Document 565) and ?Standard Form of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor?. Proposal Submission Requirements: Proposals will be evaluated using the Source Selection Best Value Process. Offerors must submit information addressing the technical evaluation factors identified in the Request for Proposal (RFP) that will be evaluated by the Source Selection Board as well as pre-construction fees (base award) and a guaranteed maximum price for construction (option). With a competitive range established, the most qualified firms will then be invited to deliver an oral presentation that will take place in Chicago, IL. A ?best value, trade-off? process will determine which offer is in the best interests of the Government. For this procurement, technical factors when combined are more important than cost or price. The Government reserves the right to make an award based on initial proposals without conducting negotiations. Technical Evaluation Factors: Proposals will be evaluated using a two stage, source selection process. Under Stage 1, offerors must submit information regarding qualifications, past experience, past performance, personnel, and management plan. Submissions shall clearly address the evaluation factors identified in the Stage 1 Request for Proposal (RFP) as well as pricing for pre-construction and contruction. The evaluation factors stated in the RFP represent the factors that will be used by the Source Selection Board in evaluation and determination of a competitive range of firms. A competitive range of the most highly qualified firms will then be invited to deliver oral presentations for Stage 2. Firms determined to be in the competitive range shall participate in an oral presentation that will take place in Chicago, Illinois. The Government reserves the right to make an award based on initial proposals without holding discussions. Contract Award: The base contract will be awarded to the selected firm to provide Pre-construction Phase services. Option prices will be accepted for Construction Phase services at the time of the base contract award, but will be negotiated once design documents are completed. Small Business Participation: This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. The NAICS code applicable to this solicitation is 236220, and the corresponding size standard for determining whether or not a firm qualifies as a small business is $28.5 million in average, annual receipts (gross) over the past three years. Although this procurement is not set aside for small business, small firms (including woman-owned, minority-owned, HUBZone, Veteran-Owned small firms, and service disabled Veteran-Owned business) are strongly encouraged to participate in the construction and renovation of Federal facilities. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunities to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. However, ALL firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local (Cleveland area) business concern participation. Contractors will submit a written narrative (limited to one type written page) along with their offers that outlines their outreach efforts made to utilize local firms. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern and/or a small disadvantaged business concern, firms must be certified by the SBA. Please refer to the SBA website for details at www.sba.gov. Joint Ventures: Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality CMc team effort. How to Offer: Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting the following information: a one-page letter on company letterhead stating interest in the project referencing SOL: GS05P05GBC0018; a copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the following information- name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); a valid DUNS number for the business whose license is presented (If a company does not have a Duns number please contact Dun & Bradstreet at (1-800-362-3425); a valid IRS Tax ID number for the business whose license is presented; and a valid picture state drivers license of the person(s) to whom the documentation is to be entrusted. Firms providing this information will be provided a copy of the Request for Proposals (RFP) package. The tentative date for release of the RFP is March 23, 2005. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to Jason Gerloff, GSA, PBS, Office of Property Development - 5PE2, 230 S. Dearborn Street, Room 3512, Mail Stop 35-7, Chicago, Illinois 60604. Once GSA has received the proper information, each contractor will be faxed a Document Security Form (2 pages) in which they must sign and fax back. Failure to sign and return by fax will delay your company from receiving the RFP. NOTICE: A Pre-proposal meeting will be held at the A.J. Celebrezze building on Wednesday, April 6, 2005, at 10:00 a.m. The location in the AJ Celebrezze will be given at a later date. Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov.
 
Place of Performance
Address: A.J. Celebrezze federal Building, 1240 East Ninth Street, Cleveland, Ohio
Zip Code: 44199
Country: USA
 
Record
SN00773608-W 20050324/050322212726 (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.