Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

C -- Construction Management (CM) Services

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
 
ZIP Code
30365
 
Solicitation Number
GS-04P-06-EX-C-0135
 
Response Due
8/7/2006
 
Description
GSA?s Southeast Sunbelt Region announces a contracting opportunity for agency construction management (CMa) services in connection with the design and construction of a proposed twenty-five to thirty million dollar (hard construction cost) project in the Fairlie Poplar Historic District of downtown Atlanta, GA. The proposed project is an annex to the existing Elbert P. Tuttle United States Court of Appeals Building (Tuttle Building Annex). The 120,000 gsf project is the adaptive use of two existing historic, five story buildings with basements, new construction of a loading dock and tunnel connection to the existing Tuttle Building for administrative office space for the 11th Circuit Court of Appeals in Atlanta. The project is being delivered using the design-build ?bridging? methodology. The "bridging" architect-engineer is Stevens & Wilkinson Stang & Newdow of Atlanta, GA. A contract for abatement and demolition based on complete construction documents is scheduled for award to an 8(a) certified firm in Sept 2006. This CMa contract is scheduled for award about Oct 2006. The bridging design is scheduled for completion in mid-Jan 2007. A separate design-build contract based on approx. 35% complete contract (bridging) documents is scheduled for award in May 2007. The design documents for the project are being produced using Revit v9.0 and Constructware is the ePM collaboration tool. Scope of Work CMa services under this contract will generally include design management, construction management, and building commissioning services. The CMa through a multi-disciplinary team shall assist GSA in performing design reviews using Dr. Checks of the final design intent documents by the Bridging A/E and the production of construction documents by the Design Build contractor?s A/E (Architect of Record). The CMa shall assist GSA in managing and administering the contracts for construction with the abatement/demolition contractor and with the Design Build contractor for all other work. The CMa shall perform Building Commissioning services to verify and document that the performance of the facility and its various systems meet the design intent as well as the functional and operational needs of the building owner and the occupants of the building. There may also be a contract option for the CMa to provide post-construction services consisting of move planning related services for the occupants of the building. The CMa will be required to staff an office at the job site during the construction phase of the project. Selection Process This is a Request for Qualifications (RFQ) to firms interested in competing either as prime or as consultant to the prime for the contract for these services. This is not a request for proposals. All services shall be performed under the direction and supervision of professional licensed architects and/or engineers. All offerors will initially be ranked based on technical qualifications for this particular project and the evaluation criteria listed and described herein. A shortlist of at least three offerors will be established and the short-listed offerors invited to present their qualifications and submit to interview questions. GSA will then rank the short-listed offerors in order of technical qualification. GSA will then enter into fee negotiations with the offeror ranked as the most technically qualified for this project. Assuming that agreement can be reached on a fair and reasonable fee with the top ranked offeror, GSA will enter into a contract with that offeror. If agreement cannot be reached on a fair and reasonable fee, GSA will terminate negotiations with the top ranked offeror and enter into negotiations with the second most highly qualified offeror. The ?offeror? as used in this RFQ is a firm, association, joint venture, partnership, or other legal entity which will have contractual responsibility to GSA for the services under the contract. An Offeror consisting of more than one firm as prime contractor shall clearly describe the form of legal entity and clearly describe the role and responsibilities of each firm. Joint Ventures must clearly identify their contractual arrangement with each other and the roles and responsibilities of each joint venture entity. Offeror?s qualifications will be evaluated based on the criteria listed and described below as derived from information in Offeror?s submittal and for short-listed offerors, from Offeror?s submittal, interview, and references. The percentage indicated is the ?weight? the particular evaluation factor has in the evaluation out of total 100% for all three factors. (1) EXPERIENCE & PAST PERFORMANCE OF TEAM [40%]: The Offeror shall submit a narrative description which may include photographs and drawings of not more than five projects completed in the last ten years (maximum of five pages per project) where it provided pre-construction (design management), construction management, and building commissioning services. It is not necessary that all three service areas be demonstrated on the same project. The projects submitted shall be the projects by the Offeror which it believes to be most comparable to the project described in this RFQ. The narrative shall address the offeror?s roles and responsibilities on the projects submitted and how the client?s objectives were satisfied through the services provided by offeror on the submitted projects. The narrative shall relate the relevance of the projects submitted to the subject project of this RFQ. The submission should include tangible evidence such as certificates, testimonials, awards, peer recognition, etc. demonstrating client satisfaction and project performance with regard to quality, schedule, cost, and safety. The offerors shall include a client reference for each project submitted including names, addresses, email addresses, and telephone numbers of the project owners, contact reference person for A/E of record, and Owners. GSA reserves the right to contact persons listed as references as well as persons not listed. (2) TEAM ORGANIZATION & MANAGEMENT PLAN [20%] The Offeror shall submit a narrative description and organization chart describing how it proposes to organize itself to deliver required services in order to manage and control project quality, cost, schedule, and safety during all phases of the project. Key personnel?s names and title shall be included on organization chart. The narrative, not to exceed five pages, shall clearly describe the roles and responsibilities of each key position on the project. In the case of teaming arrangements, the Offeror shall describe the team?s experience in working together in the past. (3) KEY PERSONNEL [40%] The Offeror shall submit biographical information (maximum of three pages for each) including education, professional experience, and any relevant honors and recognition received for the lead persons proposed for the project. This shall include: the lead person responsible for overall leadership and management of the CMa?s staff assigned to this project and services provided the GSA, the overall lead person for managing the pre-construction phase services and the lead for each discipline performing design reviews, the overall lead person for construction phase services and lead persons responsible for managing processes related to quality assurance, RFIs, change orders, scheduling, cost estimating, safety, and environmental and the lead person for building commissioning services. The narrative shall describe the lead person?s proposed role and responsibilities on this project. Responses to this RFQ shall 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 shall be dated no more than twelve (12) months before the date of this synopsis. This procurement is open to small and large businesses. The CM (if not a small business of $28.5M gross average sales receipts for the past three years), shall be required before award of the contract to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socio-economic initiatives of the Federal Government, the General Services Administration has established for the total amount of the work subcontracted, the following subcontracting goals: 39 percent for small businesses, 6 percent for small disadvantaged businesses, 5 percent for women-owned small businesses, 3 percent for HUBZone businesses, 3 percent for service-disabled veteran-owned businesses, and 5 percent for veteran-owned small business concerns. In support of the agency's efforts, the CM 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 while not required to subcontract any work, the successful firm will be expected to place subcontracts to the maximum extent practical with the small, small disadvantaged, women-owned small, HUBZone small, veteran-owned small business, and service-disabled veteran owned small business firms submitted as part of their original teams. Offerors shall provide a narrative description of outreach efforts to small businesses. The narrative shall not exceed one typewritten page. A Pre-proposal conference will be held on 7/19/2006 at 3:00 p.m. at the Summit Building Federal Building, 401 West Peachtree Street, Room 2500, Atlanta, Georgia, 30308, to discuss the RFQ and respond to any questions or concerns. If you plan on attending this conference, please notify Ms. Burns at email address of Glenda.Burns@gsa.gov by 7/14/2006. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting six (6) copies of all documents required along with a cover letter of interest not later than 3:00 p.m. local time on August 7, 2006. Submission should be addressed to: General Services Administration, Attn: Ms Glenda Burns, 401 W. Peachtree St., NW, Suite 2513, Atlanta, GA 30308. The following information must be on the outside of the sealed envelope: 1) Solicitation No.: GS-04P-06-EX-C-0135, Construction Management Services for the Tuttle Building Annex, Atlanta Georgia. 2) Due Date: 08/07/2006, 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Part 15. This contract will be awarded using Brooks Act (FAR Part 36) procedures.
 
Place of Performance
Address: Atlanta, Georgia
Zip Code: 30303
Country: USA
 
Record
SN01083103-W 20060707/060705225701 (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.