Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

R -- Construction Management Services, Modernization and Expansion to existing U.S. Land Port of Entry, Massena, New York

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-06-DTC-0009
 
Response Due
2/28/2006
 
Archive Date
3/15/2006
 
Description
Construction Management Services (CM) Solicitation No. GS-02P-06-DTC-0009(N). The General Services Administration (GSA), Northeast and Caribbean Region, Public Buildings Service, Property Development Division, Room 1639, 26 Federal Plaza, New York. New York 10278; (212) 264-9491 announces an opportunity for Construction Management Services to support GSA?s Design and Construction Excellence Program. The General Services Administration seeks a Construction Management (CM) Firm for Partial Design Documents Review and Construction Phase Services during the Construction Phase for the Facility Wide Modernization and Expansion of the U.S. Land Port of Entry at Massena, New York. These services will performed in accordance with GSA quality standards and requirements. This project is to construct a new Port of Entry to replace the existing one. The new Port will be located to the south of the existing Port and will include new buildings, canopy areas, and inspection booths and parking areas and all the associated support facility and roadways entering and existing the Port. The project also includes demolition of the existing Port and the traffic circle to the south of the existing Port. Most of the new facilities will be office space, but laboratories, secure hard zones, and kennels are also part of the project. The project may include hazardous materials removals/abatement. This project will also include extensive site work. Road work will include access roads for facilities and inspection booths, and parking lots for passenger and commercial vehicles. The Estimated Construction Cost Range is $45,000,000 to $55,000,000. This is a Request for Qualifications (RFQ) of CM firms interested in contracting for this work. The CM firm as used in this RFQ is an association, joint venture, partnership, or other legal entity that will have a contractual responsibility for construction management. Joint Ventures must clearly identify their contractual arrangement. All work shall be performed under the direction and supervision of professional licensed architect and/or engineers. To ensure maximum efficiency of communications, an e-mail address will be maintained by the CM?s home office and the CM?s field office. The CM is required to have and be proficient in the use of Primavera Expedition and MS Project softwares. The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical, electrical, fire & life safety, security, accessibility, sustainable construction, estimating and fire protection) with in-house personnel, joint venture or firm/consultant. The firms will be considered and evaluated based on demonstrated interdependency and ability of the members to provide a quality construction management effort. Additional information, on letter size sheets, specifically to the selection factors below and relevant photography or graphic examples shall be permitted. The Scope of Services will include 100% cost estimate review, 100% and Final Construction Documents reviews of the A/E?s design documents. Construction Phase Services will include project coordination and reporting, recording minutes of meetings, meeting facilitation and attendance, record keepings, electronic project management, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformace with design and specifications, change order administration, monitoring of LEED Certification process and other contract quality assurance functions, responding to information requests, contract modification preparation, construction progress reporting, progress payment processing, claims prevention and claims processing, monitoring labor provision, photo documentation, general service items, contract close-out, commissioning, and other services. Responses must include a composite Standard Form (SF) 330, Part I ?Contract ? Specific Qualifications for the proposed project team and SF 330, Part II ? General Qualifications for the prime firm and each proposed consultant. The SF-330 must be dated no more than twelve (12) months before the date of this synopsis. Respondent CM Firms will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality construction management services, capacity to follow through on all phases of a project, and proven experience and past performance. The respondent CM is required to include a narrative for each of the projects included in the submitted response for evaluation. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this solicitation. CM?s are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone number s of the project owners, contact reference person for A/E firm of record, and owner of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on similar projects and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons listed as references and persons not listed by the CM. Responses to technical evaluation criteria items 1 and 2, below shall describe three (3) modernization and new construction projects, which have been completed within the past five (5) years. Describe both capability and experience on projects including: technical expertise; cost estimating; scheduling; negotiating; partnering; mediating; inspection; value engineering ability; client communication and community outreach; code and contract compliance; ability to control budget, schedule and quality of the construction. Relevant photographic or graphic examples will be permitted. The selection will be based upon evaluation of the following technical evaluation criteria: (1) CONSTRUCTION MANAGEMENT EXPERIENCE (50%): The firm shall submit a description of their construction management background and experience with three (3) modernization and new construction projects of the type of project specified in this announcement, especially demonstrating experience with the following: A. High profile tenants, federal agencies and knowledge of applicable government regulations. B. All projects of at least $ 20M and at least one single project of $35M. Describe degree of complexity of the project and ability to control budget, schedule and quality. C. Local and National Codes including, PBS P100, Building Code of New York State, and NYSDOT standards. D. The following categories shall be addressed: Disciplines: Architectural, Civil, Structural, Mechanical, and Electrical; Traffic Control/Highway Engineering. Specialties: Fire & Life Safety, Security, Accessibility, Hazard Abatement (asbestos, contaminated soil, lead, PCBs, etc.), LEED, Sustainable Design & Construction, Cost Estimating, Commissioning. (2) MANAGEMENT PLAN AND PROJECT TEAM (30%): A. Describe management approach to performing the work, including: management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. Management plan must address specific details of this project. B. The firm shall submit documentation of proposed Project Team indicating member?s proven ability of successful experience with similar projects and capacity to work together. (3) ORGANIZATION PLAN (20%): A. Address the capability of staffing the project with qualified CM, and the CM?s consultants personnel in relation to their work load fluctuations, ability to meet schedules, and ability to effectively respond to the work. B. Demonstrate ability of management to delegate work (i.e. preparation of required paperwork such as modifications and payments) to performance level employees. Experience in conducting negotiations sessions with contractors and providing the owner with accurate and complete negotiation memorandums. C. Discuss planning for this contract and current workload; office equipment to accommodate the firm?s Computer Aided Design (CAD) System & Software, Specification Software Compatibility w/GSA, Northeast and Caribbean Region, and implementation of electronic project management software. The GSA Screening/Slate Selection Board shall screen the qualifications and performance record of the CM submittals and shall short list a minimum of three (3) firms for interviews and further evaluation by the GSA Evaluation Board. The short list will be published in the FEDBizzOpps. Consideration will be limited to firms having an existing active construction management practice in the State of New York. The successful offeror will be required to staff an office at the job site for the duration of the construction phase. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Construction Management firms having the capability for the proposed work, in order to be considered, must submit Standard Form SF-330 with a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm?s ability to provide similar relevant services as required by the evaluation criteria under Construction Management Experience. All firms being interviewed shall be expected to address their qualifications for the above selection factors and the specific project. A selection shall be made from the interviewed short listed firms, and the name if the selected firm shall be advertised in this publication. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CM (if not a small business of $ 28.5M gross average sales receipts for the past three (3) years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39 percent for small business, 6 percent for small disadvantaged businesses, 5 percent for women-owned small business, 3 percent for HUBZone businesses, and 3 percent for service-disabled veteran owned businesses and 5 percent for veteran-owned small business concerns. In support of the agency?s efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with small, small disadvantaged, women-owned small, HUBZone small, veteran-owned small business, and service-disabled veteran owned small business firms as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business and service-disabled veteran owned small business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. A copy of the Scope of Work may be obtained from Miriam Lopez, Contracting Officer at 212/264-9491, Fax number: 212/264-0588 or via email at: Miriam.lopez@gsa.gov. A Pre-Submittal Conference will be held at the Jacob K. Javits Federal Building, General Services Administration, 26 Federal Plaza, Room 1630 New York, New York 10278 at 10:00 A.M. on February 8, 2006, to discuss the project and address any questions and concerns. If you plan on attending this conference, please notify Ms. Lopez at the phone number, fax or email address listed above, by February 6, 2008. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting four (4) of all documents required (including SF 330, Part I ? Contract Qualifications and Part II ? General Qualifications, along with a cover letter of interest) to: General Services Administration, 26 Federal Plaza, Bid Room 18-110, New York, New York 10278 by 3:00 P.M. local time on February 28, 2006. The following information must be on the outside of the outside of the sealed envelope: 1) Solicitation No. GS-02P-06-DTC-0009/Construction Management Services for the Facility Wide Modernization and Expansion of the U.S. Port of Entry at Massena, New York 2) Due Date: February 28, 2006, 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, (Page 6) specify only current W-2 payroll (non-contract) personnel of each firm. In Block F, G & H of the Standard form 330, Part I, the CM firm MUST respond to the three (3) EVALUATION CRITERIA stated in the FedBizOpps announcement for this solicitation. In Block I of the SF 300, Page 5, the CM firm MUST sign, fill out the Name and Title, and date the submittal. This Contract will be procured under the Brooks Act and FAR Part 36. Award of the contract is contingent upon funding approval. NOTE: SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This is not a request for proposal.
 
Place of Performance
Address: Massena, New York
Country: US
 
Record
SN00973130-W 20060127/060125212655 (fbodaily.com)
 
Source
FedBizOpps 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.