Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) Services

Notice Date
7/28/2006
 
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
GS05P06GBC3025
 
Response Due
9/1/2006
 
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
Z -- Construction Manager as Constructor (CMc) Services General Information Document Type: Presolicitation Notice Solicitation Number: GS-05P-06-GB-C-3025 Posted Date: July 28, 2006 Original Response Date: September 1, 2006 Current Response Date: September 1, 2006 Original Archive Date: November 30, 2006 Current Archive Date: November 30, 2006 Classification Code: Z- Maintenance, repair, and alteration of real property Naics Code: 236220 – Commercial and Institutional Building Construction Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Office of Property Development, 230 South Dearborn Street, Suite 3600, Chicago, IL 60604 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 Minton-Capehart Federal Building, located in downtown Indianapolis at 575 North Pennsylvania, Indiana. Built in 1974, the Minton-Capehart Federal Building is a freestanding six story building with a Ground Floor below grade, with a mechanical mezzanine above grade, and a penthouse above the core area of the Sixth Floor. Attached to the building is a two level parking facility. It is the intention in this design and construction renovation project is to respect the Modern Era “Brutalist” Design of the building, even though the building is not yet currently listed on the National Historic Register. The estimated construction cost ranges is $19 million to $30 million. The construction portion of the project is estimated to begin in April 2009. The scope of CMc services under this proposed contract includes the base contract for Pre-Construction Phase Services with the Construction Phase Services of the project evaluated as a Guaranteed Maximum Price (GMP) option. This will be a firm, fixed-price contract. A firm, fixed-price for the general construction services will be negotiated prior to exercising the Construction phase option. Project Summary: Continuing a legacy of outstanding public architecture, this project will be executed based on GSA’s Design and Construction Excellence Program. The scope of this project, as it relates to the planned modernization and renovation work will most likely included, but not be limited to, the following: (1) refurbish the air-handling units for greater airflow to provide the recommended minimum amount of fresh air for each occupant and improve the total air circulation; (2) replace the fiberglass branch distribution ductwork and diffusers to handle greater airflows and to eliminate contamination from glass fiber in the environmental air, (3) replace the stair pressurization fans with larger fans that will produce the necessary pressures and airflows; (4) provide a new direct digital control (DDC) temperature control system for energy efficiency; (5) provide additional commissioning of the system and other improvements for LEED-EB certification; (6) utilize the existing dry standpipe risers in the stairs as a part of a new sprinkler system; (7) provide sprinkler protection extending from the mains to each space in the building; (8) provide a new fire pump and jockey pump, installed in the Ground Floor mechanical room, to boost the pressure for the new sprinkler system; as well as (9) provide new lay-in ceilings, repair hard ceilings and replace lighting throughout the building with modular wiring and automatic controls for lower maintenance costs, easier adds and moves, as well as provide for greater energy efficiency. Possible additional design work (Option1 1) and additional construction work (part of Option 2) may include the repair of the existing parking garage structure attached to the building, as well as the build out/backfill of anticipated vacant space on the sixth floor for a particular tenant agency. The entire project will incorporate GSA’s design standards for secure facilities, conformance to the P100 (Facility Standards for Public Buildings), including LEED certification; and customer agency requirements. The building will be fully occupied during construction. All building systems will remain in operation during construction and the project phased to avoid disruption of occupants. Construction will be accomplished with a combination of after normal business hour work (6pm-6am, weekends, and holidays) and swing space. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the General Services Administration – GSA). The services requested 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). In contrast to a CM that is not also a constructor, the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team working with the A/E and the Government to ensure a quality project, during the planning, design, and construction phases of the project. Selection of the CMc firm will be in accordance with the federal acquisition regulations and source selection procedures using the Best Value Trade-off process. All elements of work to be executed must be within the congressionally mandated cost limitations. The CMc shall work with the A/E, their design consultants, 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 will be brought onto the project during the design phase, during which he/she can be effective at controlling design-related costs and develop construction sequencing activities. During the design phase, the CMc will be responsible for developing construction cost estimates and costs related to future project consultants. For the Pre-Construction Phase Services, GSA intends to have the CMc perform other services including evaluating design concepts, reviewing designs, evaluating cost estimates, preparing independent cost estimates in various formats, controlling schedules, reviewing phases of work, resolving problems, participating in value engineering (VE) exercises, preparing commissioning plans as determined by a 3rd party commissioning agent, working with a LEED consultant to prepare for LEED certification, conducting constructability reviews, developing subcontractor and supplier interests, identifying long-lead items, and performing administrative and other services. 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, delineate 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. CMc services for this project during the actual construction, Construction Phase Services (Option 2), will include, but may not be limited to, the following: 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 CM shall have complete responsibility for the construction of the project. During the construction phase, the CMc will be responsible for providing warranties on all completed work and for providing construction materials in a timely manner to complete the job on schedule and under budget. Small Business Participation: This is a negotiated procurement open to both large and small business concerns. The NAICS code applicable to this solicitation is 236220 with a small business size standard of $31.0 million. Although this procurement is not set aside for small business, small businesses including woman-owned, minority-owned, HUBZone, veteran-owned, small disadvantaged businesses and service disabled veteran-owned business are strongly encouraged to participate in this project. 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 business participation. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern, firms must be certified by the SBA. Please refer to the SBA website at www.sba.gov for details. 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. Proposal Submission Requirements: The solicitation package will only be available electronically. It will be available on or about August 4, 2006. The solicitation will not be available on the FedBizOpps website. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Potential Offerors must register on the FedTeDS website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov The offer due date and time for receipt of proposals will be September 1, 2006 at 4:00 P.M. (Central Time). Any questions regarding this notification should be directed to Bobbie Tyler at (312) 886-7875. Point of Contact: Bobbie Tyler, Contracting Officer, Phone (312) 886-7875, Fax (312) 353-1491, Email bobbie.tyler@gsa.gov Place of Performance: Address: Minton-Capehart Federal Building, 575 North Pennsylvania, Indianapolis, IN Postal Code: 46204 Country: US NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-NOV-2006, 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.fbo.gov/spg/GSA/PBS/5PCI/GS05P06GBC3025/listing.html)
 
Place of Performance
Address: 575 North Pennsylvania Indianapolis, IN
Zip Code: 46204
Country: UNITED STATES
 
Record
SN01183571-F 20061119/061117223611 (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.