Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

Z -- Multiple Award IDIQ Construction Manager as Constructor (CMc)

Notice Date
9/19/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Division (6PC), Construction Acquisition Branch II (6PCA II), 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P06GYD0003
 
Response Due
8/28/2006
 
Point of Contact
Joshua Woods, Contract Specialist, Phone 816-823-1726, Fax 816-823-2273, - Lisa Hancock, Contracting Officer, Phone 816-823-2238, Fax 816-823-2273,
 
E-Mail Address
joshua.woods@gsa.gov, lisa.hancock@gsa.gov
 
Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION MANAGER AS CONSTRUCTOR (CMc) CONTRACT. The Government may award up to 10 (ten) IDIQ contracts under this solicitation for each of the five geographical areas: St. Louis, MO, Kansas City, MO, the State of NE, the State of KS, and the State of IA. Note that all contractors must be registered in the Central Contractor Registration (CCR) database and On-Line Representations & Certifications Application (ORCA). The website(s) for registration are www.ccr.gov and www.bpn.gov, respectively. All contractors interested in obtaining a copy of the solicitation must be registered in the FedTeDS system at www.fedteds.gov. All information about this acquisition, including solicitation and/or amendments, will be distributed solely through www.fedteds.gov. The procurement will include a wide range of construction projects over the next five (5) year period, utilizing the traditional IDIQ Design-Bid-Build task order contract approach with optional CMc (Construction Manager as Constructor) services. The CMc solicitation may contain a shared savings clause. A typical task order could contain some or all of the following: modifications to architectural components including, but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work may also include electrical systems including, but not be limited to: lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required on a task order by task order basis for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Task orders will be issued utilizing the traditional IDIQ approach or by issuing a CMc task order. GSA defines CMc as a firm that contracts directly with a building owner to provide pre-construction services as well as general construction and construction management services. The CMc will be a member of the project development team during the design and construction phases, working with GSA, GSA?s selected A-E firm and other designated GSA consultants. The CMc will provide professional, technical, administrative and clerical personnel, as needed, to perform all required services to renovate the building, including, but not limited to, those described in this announcement. It is anticipated that future services 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). 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. In addition, the CMc will be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; 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 submission for constructability, value engineering suggestions, identification of any problems or errors in the design and design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Construction Phase Services shall include, but are not limited to, renovation and conversion of the building in accordance with the specifications, 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, and turnover to designated facility management staff and other required supplemental services as requested by GSA. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. The maximum estimated value (total of the base and all option periods, if exercised) of each contract award as a result of this solicitation is $40,000,000. It is anticipated that multiple contracts will be awarded to contractors who will be expected to complete both the traditional Design-Bid-Bid IDIQ general contractor duties as well as CMc duties. The type of task order, traditional IDIQ or CMc, will be determined prior to the issuance of each individual order placed under the base contract. The period of performance will consist of a twelve (12) month base period and the potential for four (4) additional one year option periods, if exercised by the Government not-to-exceed sixty (60) months. Each contract awarded will contain a guaranteed minimum amount of $1,000 per year, to be satisfied by the award of one or more task orders. The Government will reserve their right to award future task orders based on best value and/or price. The Government will make contract award to the responsible offeror(s) whose proposal contains technical and cost features that provide the best overall value to the Government and conforms to the solicitation requirements and applicable regulations by a combination of price, past performance and the evaluation criteria as outlined in the solicitation. The technical evaluation factors, when combined, are significantly more important than cost or price. The technical evaluation factors in descending order of importance are: past experience (35%), past performance (25%), key personnel (20%), and management and technical approach (20%). The procurement will be negotiated on a best value basis in accordance with FAR 15.101. All contractors submitting a proposal that are a large business must provide an acceptable subcontracting plan. Once approved and eligible for award, the Contractor must submit their subcontracting plan and all required reports through the ESRS system. The applicable North American Industry Classification Code (NAICS Code) established is 236220, which sets the small business size standard at $31M. Paper copies of the solicitation will not be made available. Once the solicitation is posted, it is incumbent upon any and all interested parties to review this website frequently for any updates/amendments to any and all documents. The CMc solicitation is scheduled to be uploaded to FedTeDS on or about October 4, 2006.
 
Place of Performance
Address: States of Kansas, Iowa, Nebraska, and Missouri
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01148593-W 20060921/060919221651 (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.