Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOLICITATION NOTICE

Y -- Construction Services for a New Federal Building and U. S. Courthouse in Tuscaloosa, AL

Notice Date
7/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southeast Sunbelt Region (4PCC), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-05-EXC-0115
 
Response Due
8/1/2005
 
Archive Date
9/30/2005
 
Point of Contact
Laurie Chestnut, Contract Specialist, Phone (404) 331-4368, Fax (404) 730-9643,
 
E-Mail Address
laurie.chestnut@gsa.gov
 
Description
PRE-SOLICITATION NOTICE FOR CONSTRUCTION EXCELLENCE FOR A NEW U.S. FEDERAL BUILDING-COURTHOUSE, TUSCALOOSA, AL, SOLICITATION NO. GS-04P-05-EXC-0115. The General Services Administration (GSA) announces an opportunity for Construction Excellence in public construction and is presently soliciting technical proposals from qualified general contractors desiring to compete in the procurement process for the subject construction project. The delivery method being used is Construction Manager as Constructor (herein referred to as CMc) with a Guaranteed Maximum Price (GMP). GSA intends to contract for pre-construction services (with an option for Construction Phase Services) for a new Federal Building-Courthouse in Tuscaloosa, Alabama with the construction contractor that offers the best overall value to the Government by demonstrating a commitment to construction excellence, providing and maintaining a viable team organization, and by adherence to the established budgetary and time parameters for this project. GSA also intends to use Building Information Model (BIM) technology during the design and construction of this project, and seeks construction firms with experience with BIM technology; however, this experience is not required. The BIM will be included as a sub-factor during the Request for Proposal (RFP) submission evaluations. The building is approximately 9,803 gross square meters (gsm) or 105,520 gross square feet (gsf) without parking, and approximately 11,517 gsm or 123,970 gsf including 41 interior parking spaces. The proposed facility will provide space for multiple agencies including U. S. District Court, U. S. Bankruptcy Court, Social Security Administration, and several other executive agency offices. The proposed facility will be constructed in downtown Tuscaloosa, Alabama. The Estimated Construction Cost range is approximately $30 million to $40 million for the combined services (pre-construction and optional construction phase services). This procurement is advertised on an unrestricted basis. The North American Industry Classification System Code(s)(NAICS) for this procurement is 238990 with a Size Standard of $27.5 million. The project will be designed and constructed in Metric Units of Measure. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. GSA intends to award a Firm Fixed Price contract with an Award Fee in accordance with FAR 16.404. Definition of a CMc is defined as a firm engaged under direct contract to a building owner, in this case the GSA, to provide design review, cost estimating, scheduling and general construction services. The CMc will be a member of the project development team during the planning, design and construction phases, along with GSA as owner and GSA's selected A-E firm and other GSA consultants. The CMc will provide professional, technical, administrative and clerical personnel, as needed, to perform all required services including, but not limited to, those services described in this pre-solicitation notice. The services required of the CMc shall cover a wide range of design and construction activities, which are often performed by Construction Managers and General Contractors. 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's team shall consist of architectural, civil, structural, mechanical and electrical reviewers, cost estimators, CPM analysts, field engineers, field support staff, construction supervisors and superintendents, testing engineers/technician, and other disciplines, as needed. Pre-construction Phase Services shall include, but are not limited to, review and evaluation of the concept; design development and construction document submissions for constructability; value engineering suggestions; identification of any problems or errors in the design and design documents; consultation during design 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, construction of the building; 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 services necessary for a complete and sustainable building. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall possess a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for the construction of this facility. This is an advisory multi-step procurement consisting of 2 Stages as follows: STAGE I - Pre-Solicitation Notice Phase, firms must submit information regarding their past performance on similar projects in terms of size, dollar value and complexity. The Government will evaluate the submissions to identify and advise the firms about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in this 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 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 concerning their viability, they may participate in the next step of the acquisition. Firms that do not submit written responses to this pre-solicitation notice will not be eligible to compete in the subsequent steps of this procurement. Firms having the capabilities to perform the services described herein are invited to respond to this pre-solicitation notice by submitting three (3) copies of the required technical information. The submission should be in an 8-1/2" X 11" bound format and should be organized to correspond with the evaluation factors listed below. Standard Form 330 may be utilized, but is not required. The total pre-solicitation notice submission should not exceed 50 pages or 25 double face sheets. All submittals must be current, reflecting a date not more than one year prior to the month of this notice. For this project, "Recent Projects" is defined as projects within the last ten (10) years; and "Similar" is defined as new construction of multi-story (4 story minimum) Federal or state courthouses of 120,000 gross square feet or more. Acceptable alternative projects include new construction of multi-story full service hospital facilities, research laboratory; Federal or state-owned buildings with courtrooms; major renovation of multi-story Federal or state-owned courthouses involving installation of new courtrooms, chambers, and detention or holding cells, with a project cost of $30 million or more. Technical proposals will be evaluated in accordance with the following factors listed in descending order or importance. Evaluation Factors: Factor #1 - Past Performance in providing pre-construction services on similar projects: a) Provide past performance on at least three (3) recent projects in excess of $30 million in construction cost, in which the firm provided pre-construction services similar to those required under this project; b) Briefly describe your record of performance in delivering the completed projects within a fixed schedule and within the prescribed budget. Relate those in type and scope to this project. 1) Provide contact names, addresses and telephone number of clients for these projects. References may be contacted. Sub-factors a) and b) under factor #1 above are equal. Factor #2 - Past performance in providing general construction services on similar projects: a) Provide past performance on at least three (3) recent projects, with construction of a project utilizing CMc or similar type delivery method such as CM at risk or traditional General Contractor; b) Briefly describe your performance constructing courthouses or other similar complex construction projects with construction cost greater than $30 million. 1) Demonstrate how projects you deem similar are comparable in scope and complexity to this project with fixed schedules and within a guaranteed maximum price, when providing general construction services. 2) Provide contact names, addresses and telephone number of clients for this projects. References may be contacted; and, c) Provide information as to compliance with the contract schedule and budget. Sub-factors b) and c) under factor #2 above are equal. These factors are independent of the factors in the Request for Proposal and will be used to evaluate a firm's viability based on its submissions to the pre-solicitation notice. In Stage 2 - Request for Proposal (RFP) Phase, additional factors will be evaluated and offerors will be required to submit more detailed information concerning their technical capabilities. The RFP evaluation will be based on technical factors as well as price, technical factors being more important than price and, the factors are presented in descending order of overall importance. Factor #1 - Detail past performance in providing general construction service and pre-construction services on similar projects. Factor #2 - Qualifications and experience of key personnel. Factor #3 - Proposed approach for successful and meaningful participation and performance during the design phase. Factor #4 - Management Plan and Technical Approach: a) BIM experience during construction. Factor #5 - Resources, facilities, and technology. During the RFP, the offeror must show that it is licensed as a Construction Contractor in the State of Alabama; and the offeror must provide a statement from their 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 $30 - $40 million (see website at http://www.fms.treas.gov/c570/index.html). Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternative to evidence of corporate bonding capacity. Oral Presentations will be conducted. Discussions may be held, however, the Government reserves the right to make an award based on the evaluation of the RFP submission and without holding discussions. Interested firms must send their submittal, no later than 2:00 PM EST on August 1, 2005, to the attention of Laurie Chestnut, Contracting Officer, General Services Administration, Acquisition Management Division (4PGA), Suite 2500, 401 West Peachtree Street N.W., Atlanta, Georgia 30308. The RFP will contain information relevant to the date, time and place of the Pre-Proposal Conference and site visit (if appropriate), and a Socio-Economic Program Meeting (networking session). The networking session allows for the exchange of information between the small business community and potential prime contractors to facilitate marketing, employment and business ventures opportunities. The networking session will be held in Tuscaloosa, Alabama and possibly within ten days of issuing the RFP. Prior to award of this contract to a large business, an acceptable subcontracting plan will be required in accordance with FAR Part 19, which demonstrates a proactive effort to achieve the following minimum small business goals for all subcontracted work: Total Small Businesses (39%), Small Disadvantaged Businesses (including 8(a)) (6%), Small Women-Owned Businesses (5%), Service-Disabled Veteran (3%) and HubZone (3%). All submittals must clearly indicate the solicitation number (GS-04P-05-EXC-0115) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. Be advised that due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand deliver submissions should take this into consideration. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCC/GS-04P-05-EXC-0115/listing.html)
 
Place of Performance
Address: Tuscaloosa, AL
 
Record
SN00840533-F 20050703/050701211607 (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.