Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

Z -- Constructtion Manager as Constructor (CMC) Services

Notice Date
3/24/2005
 
Notice Type
Solicitation Notice
 
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
GS05P05GBC0044
 
Response Due
4/25/2005
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103,
 
E-Mail Address
bobbie.tyler@gsa.gov, bobbie.tyler@gsa.gov
 
Description
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 and renovation at the Birch Bayh Federal Building in Indianapolis, IN. The Birch Bayh was built in 1905 and a major addition was added to in 1938. It was originally designed as a four-story U-shaped building with the legs of the “U” facing north into the city mall. The building originally housed the U.S. Post Office and other offices in addition to the U.S. Courts. The building was placed on the National Historic Register in 1974. Therefore, the design and construction shall comply with the requirements of the National Historic Preservation Act (NPHA). The building consists of a partial sub-basement, a basement, a first floor, which covers the entire building footprint, donut-shaped 2nd through 4th floors, and a linear 5th floor which runs along the north side of the building. The exterior of the building has an imposing limestone-faced façade that reflects the developing governmental style of architecture of the period. The estimated construction cost range is $25 million to $40 million. 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 (Base work and Option 1) and Construction Phase Services (Option 2). The Pre-Construction Phase includes: 1) Base Contract Services up to and including 75% design progress using FY 2005 funds, and 2) Optional Services up to design completion using FY 2006 funds (Option 1). The Government contemplates pricing for the Construction Phase Services, Option 2, 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: The project shall be executed based on design and construction excellence, and shall include the following work: Asbestos abatement, roof replacement, restroom upgrades, exterior windows restoration and new storm windows installation, storage areas renovation to be used as swing space, HVAC replacement, plumbing and fire protection replacement, temperature controls replacement and systems balancing, fire alarm system and sprinkler upgrades, replacing of ceiling lights and controls and improvements to the electrical distribution system. Selection of the CMc 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 Services (Base contract & Option 1), the CMc shall work with the A E, the Third Party Commissioning Contractor, 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: evaluation of design concepts, reviewing designs, evaluating cost estimates, preparing independent cost estimates in various formats, controlling schedules, reviewing phasing of work, resolving problems, participating in Value Engineering (VE) exercises, conducting constructability reviews, development of subcontactor and supplier interest, identification of long-lead items, and performing administrative and other services as defined in his scope of work. 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, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. Construction Phase Services (Option 2), of this project shall include, but may not be limited to, administration of the construction contract (whether the work is performed with the CMc’s internal personnel or under sub-contract), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, inspections, testing, and other required supplemental LEED services. The CMc shall work with the A-E, the Third Party Commissioning Contractor and the Government in a cooperative team effort to ensure a quality project, within the mandated schedule and budget. The CMc shall have complete responsibility for construction of the project. Definition of Construction Manager as Constructor, a firm engaged under direct contract to a building owner or client (in this case the General Services Administration – GSA). The CMc shall be a member of the project development team during the planning, design, and construction phases. The CMc shall provide services such as constructability review, cost estimating, sustainability review, work phasing review, scheduling and general construction services. The CMc selected for this project shall work along with GSA and GSA’s selected A/E firm. Proposal Submission Requirements: Proposals will be evaluated using the Source Selection “Best Value Trade-Off Process” FAR 15.101-1. 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. 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. The Best Value Trade-Off Process will determine which offer is in the best interest of the Government. 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 – In Stage I, offerors must submit information regarding the following qualifications: (I) Experience in providing Pre-Construction Phase services on similar projects, relevant construction on similar projects, construction management on similar projects, (II) Past performance in providing relevant construction, construction management and pre-construction services on similar projects, (III) Qualifications and experience of key personnel, (IV) Project management plan, (V) Price evaluation. Submissions shall clearly address the evaluation factors identified in Stage I Request for Proposal (RFP) as well as pricing for pre-construction and construction. 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 II, Firms determined to be in the competitive range shall participate in an oral presentation that will take place in Chicago, IL. The Government reserves the right to make an award based on initial proposals without holding discussions. Price Proposal Evaluation: Offerors will submit their price proposal in a separate envelope (terms and format to be detailed on the Offer Forms provided in the RFP package) at the time stated for receipt of Stage 2 Technical proposals. Price proposals will be opened and reviewed following completion of consensus scoring of all Technical Proposals. The price proposal shall include pricing of the CMc Pre-construction Services, Base Work and Option 1. The Price for Construction services, Option 2, shall be competitive and shall be based on the Final Design documents. 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 (Indiana 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: GS05P05GBC0044; 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 April 13, 2005. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to Bobbie Tyler, 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. Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-AUG-2005, 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/5PCI/GS05P05GBC0044/listing.html)
 
Place of Performance
Address: 46 East Ohio Street, Indianapolis, IN
Zip Code: 46204
Country: US
 
Record
SN00860914-F 20050804/050802213235 (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.