Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

Y -- Construction Manager

Notice Date
4/30/2007
 
Notice Type
Solicitation Notice
 
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, UNITED STATES
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P07GZD0007
 
Response Due
6/14/2007
 
Point of Contact
Vickie Ford, Contract Specialist, Phone 816-823-2247, Fax 816-823-2273, - Stephanie Witt, Contract Specialist, Phone 816-823-5013, Fax 816-823-2273,
 
E-Mail Address
vickie.ford@gsa.gov, stephanie.witt@gsa.gov
 
Description
Solicitation for Construction Manager (CM) Contract, General Services Administration, 1500 E. Bannister Road, Room 2135, Kansas City, Missouri 64131-3088. Project Control Number RMO27140. Request for Proposals (RFP) on or about May 15, 2007. Time for completion: 365 calendar days after receipt of notice to proceed. No document charge or deposit is required. Request list of those received RFP no later than ten days before submittals are due. The geographic area is the City of St. Louis, the State of Missouri east of Columbia and the State of Iowa east of and including the metropolitan area of Des Moines. Project involves: for building construction projects having a construction cost less than $35,000,000. CM services may include (1) Pre-Design Services (design programming, develop management plan, schedule, budget, studies); (2) Design Phase Services (design review, cost estimate review schedules, cost control); (3) Construction Phase Services (inspection to assure contract compliance, daily logs, progress reports, write and negotiate change proposals on behalf of the Government); (4) Post Construction Phase Services (converting red-lined as-built drawings to CAD drawings); and (5) other related services as required. Typical projects include initial space alterations for tenant agencies, replacing/adding building system components (switchgear, roofs, boilers, chillers, HVAC equipment, and low voltage monitoring & Control systems such as fire alarm), and parking lot improvements. The majority of the projects will have estimated construction costs in the range from $50,000 to $2,800,000. Additional similar projects may be added to the contract if mutually acceptable to the Government and the CM. The minimum contract amount to be awarded in the initial period (1-year) will be $5,000 per firm/joint venture and a minimum of $5,000 per firm/joint venture for each of the exercised option periods. The maximum amount payable shall not exceed $2,800,000 per year or any exercised option periods. The term of the contract is one year. However, at the option of the Government and if the CM contractors performance is satisfactory, the contract may be extended for up to four additional one-year periods. The successful CM contractor(s), including its subsidiaries and affiliates, shall not be eligible for award of a contract for A/E or construction services for these projects, nor serve as a subcontractor or consultant to any A-E or construction contractor for these projects. This is a competitive negotiated acquisition. Because of the critical role of the CM, the Government intends to use the best value concept in selecting a CM. The best value concept is a method of evaluating price and other factors specified in the solicitation; with the goal being to select the proposal that offers the best value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. The Request for Proposal (RFP) contains the contract terms, scope of work and the proposal submittal requirements. The RFP will be available o/a May 15, 2007. Proposals shall be received in this office on or about June 14, 2007. Specific date and time shall be specified in the RFP. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals. Technical factors and price will be considered. Technical evaluation factors, in relative order of importance, are (1) Qualifications of Organization; (2) Qualifications of Proposed Personnel; and (3) Management Plan. The price factor is not as important as the technical evaluation factors; however, as proposals become more equal in their technical merit, the evaluated cost or price becomes more important. Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the members to provide a quality service. Applicable NAICS Code is 236220. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOpps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address: www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor's responsibility to monitor FedBizOpps for any changes and/or conditions. The use of the Online Representations and Certifications Application (ORCA) is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy with each offer. Please enter and maintain your representation and certification information via the internet at http://orca.bpn.gov. Once there you will find detailed information regarding ORCA, how to submit your record, and whom to call for assistance under Help. To prepare for and register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) as identified in the CCR record. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2007, 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/6PMT-E/GS06P07GZD0007/listing.html)
 
Place of Performance
Address: City of St. Louis and the State of Missouri
Zip Code: 63120
Country: UNITED STATES
 
Record
SN01338802-F 20070712/070710223041 (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.