Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
SOLICITATION NOTICE

R -- CONSTRUCTION MANAGEMENT SERVICES FOR THE MARIPOSA POE, NOGALES, AZ

Notice Date
12/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102, UNITED STATES
 
ZIP Code
94102
 
Solicitation Number
GS-09P-08-KTC-0005
 
Response Due
1/9/2008
 
Point of Contact
Lilia West, Contracting Officer, Phone 415-522-3152, Fax 415-522-3114
 
E-Mail Address
lilia.west@gsa.gov
 
Description
The General Services Administration (GSA), Pacific Rim Region 9 announces a requirement for a firm fixed-price Construction Management Services Contract for the expansion and modernization of the Mariposa Land Port of Entry (LPOE) in Nogales, AZ. This procurement is made under the Brooks Act. The estimated construction cost is between $100,000,000.00 and $150,000,000.00. The estimated size of the facility is on an approximately 55 acre site and includes a Main Building, primary POV inspection booths, a secondary POV inspection area, pedestrian primary and secondary inspection areas, a bus inspection area, a head house, a screened impound inspection area, a hazardous materials containment basin, a hazardous materials drive-in pit, a pre-primary commercial building, primary commercial inspection booths, a commercial building, commercial docks, X-ray and VACIS locations, a seized property vault, a kennel, a generator backup, an outbound facility, an export dock, and associated roadwork to facilitate the renovated site. Award of the Construction Management (CM) Services Contract is anticipated for May 2008. Construction is scheduled to begin in 2009 and to be completed in 2013. It is anticipated that the Design-Bid-Build delivery method will be used for this project. The General Contractor(s) shall be selected under the Federal Acquisition Regulation (FAR) Part 15, considering technical as well as price criteria. GSA is seeking a firm with qualifications and experience in managing the design and construction of similar sized projects including general office buildings, site work and multiple phasing of tenant moves of approximately 200 employees at the project site. All services under this contract shall be performed under the direction/supervision of professional architects and/or engineers with substantial construction experience. As required by law, all facilities shall meet federal energy goals including the new standards mandated by EPACT 2005, security requirements, and the Architecture Barriers Act Accessibility Standards (ABAAS). The facility shall be designed in metric units and shall incorporate building information modeling (BIM) technology. The project shall be at least Leadership Energy Environmental Design (LEED) Silver certified. Base contract includes, but is not limited to, Design Phase Services: Review design submittals for compliance with design guidelines including the P100 (Facilities Standards for the Public Building Service), the U.S. Land Port of Entry Design Guide dated March 15, 2006, and the U.S. Customs Border Protection Land Port of Entry Design Guide Security and Information Technology Supplemental Guide dated June 29, 2007; monitor and document quality; provide constructability reviews; develop innovative opportunities to improve the project?s design and construction; perform value engineering; provide coordination between the designer and the Government; monitor cost and schedule; provide independent cost estimate; and provide other contract quality assurance functions. Options may include (1) Procurement Phase Services: Provide assistance to the Government on contract packaging strategies; help develop and prepare Request for Qualification (RFQ) and Request for Proposal (RFP) packages for construction; assist in selection process; and provide advise during the technical evaluation of proposals. (2) Construction Phase Services: Provide assistance to the Government in overseeing the daily activities of the construction contractor. Duties include schedule review, inspection and testing, review and processing of pay applications, administration of change orders, claims avoidance, review of labor rates and worker interviews, coordination of tenant relocations, and start-up and commissioning of the facility equipment. (3) Post Construction Phase Services: Provide assistance to the Government including project closeout, punch list completion, building commissioning and claims resolution. A short list of CM firms will be established based on the following four (4) evaluation criteria: (1) Past Performance (30%). Demonstrate tangible evidence such as certificates, awards, letters of recommendations from owners on key personnel who work on five (5) major projects completed in the past ten (10) years of similar size and complexity in the design review and construction management. For each project identified submit and provide the owners name, two points of contacts and phone numbers for the point of contacts. Demonstrate successful design review, cost control, schedule control, quality control and the ability to render professional services in a reasonable manner to further the client?s interests. (2) Past Experience of Firm (30%). Demonstrated experience on five (5) major projects completed in the past ten (10) years of similar size and complexity in the design review and construction management. Emphasis will be given to specialized experience in projects including building of structures, site work; experience in construction management on projects where the facility continues operation throughout construction; experience with projects where operations are transferred from one facility to another without interruption of those operations; and experience on large public facilities which enable the movement of large numbers of people. (3) Experience of Individual Team Members (30%). Education and background, qualification, professional licenses and affiliations of principal team members, and the team?s demonstrated ability of working together to provide similar relevant services to public and private sector clients. (4) Management Strategies (10%). Visual and narrative presentation of your management approach to a project of this size and complexity including anticipated milestone methods employed for cost and schedule control, claims avoidance, and communication and reporting procedures. Identify critical areas of concern specifically for this project and potential problems and your proposed methods of resolving them and achieving successful project. A maximum of five (5) firms will be short listed. As part of the selection process, the short-listed CM firms will be interviewed. Following the interviews, a RFP will be sent to the selected CM firm. Consideration for contract services is limited to firms having an existing active office in the State of Arizona (geographic limit). Respondent shall demonstrate that their personnel proposed for this contract are willing to relocate to the project (job) site in Nogales, Arizona for the duration of the construction phase. Joint venture or firm/consultant arrangements may be considered. Any proposed joint venture or firm/consultant arrangement, including key personnel, will be required to have an existing office within the geographic area of consideration capable of performing 70% of all contract services. This procurement is made under the Small Business Competitiveness Demonstration Program. Although this procurement is open to large businesses, small and minority firms are also encouraged to participate. Before award of the contract, the CM firm, if not a small business with $4,000,000.00 gross average sales receipts for the past three (3) years, shall be required to submit an acceptable 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 national subcontracting goals of 45% for Small Businesses, 13% for Small Disadvantaged Businesses, 5% for Woman-Owned Businesses, 3% for HUBZone Businesses, and 3% for Service Disabled Veteran-Owned Small Businesses. Firms having the qualifications to meet these requirements are invited to submit their Architect Engineer Qualifications on Standard Form 330 along with a statement of the current workload of the firm. A pre-submittal conference will be held on December 5, 2007, 9:00 A.M., at The Hotel Arizona, 181 W. Broadway, Tucson, AZ 85701 (Phone: 520/624-8711). E-mail Nikolaos Mitsiopoulos at nikolaos.mitsiopoulos@gsa.gov. to include your firm/name in the list of the attendees no later than December 3, 2007. The short-listed firms will be published in the FedBizOpps and will be notified for interviews. Submissions of the Requested Qualifications are due on Wednesday, January 09, 2008 by 3:00 PM and shall be mailed or delivered to Lilia West, Contracting Officer, General Services Administration, Property Development Division (9PCN), 450 Golden Gate Avenue, 3rd Floor-West, San Francisco, CA 94102-3434. Please mark the package with the Solicitation Number GS-09P-08-KTC-0005. Submissions delivered or received after January 09, 2008 will not be accepted. This is a Request for Qualifications and not a Request for Fee Proposals. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2008, 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/9PCS/GS-09P-08-KTC-0005/listing.html)
 
Place of Performance
Address: Mariposa Land Port of Entry Highway 189 and International Border Nogales, Arizona
Zip Code: 85648
Country: UNITED STATES
 
Record
SN01492314-F 20080126/080124230254 (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.