Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

Y -- Construction Manager as Constructor (CMc) Services contract for the Modernization of Federal Office Building 8, 200 C Street, SW, Washington DC

Notice Date
5/7/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-08-MK-C-0046
 
Point of Contact
Naomi Mabins,, Phone: 2022605695, Christine S. Kelly,, Phone: 2022055862
 
E-Mail Address
naomi.mabins@gsa.gov, christine.kelly@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for a negotiated Construction Manager as Constructor (CMc) Services contract for the Modernization of Federal Office Building 8, 200 C Street, SW, Washington DC. The General Services Administration defines a CMc as a firm that contracts directly with a building owner, here, GSA, to provide Design 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, Boggs and Partners, Inc., and other GSA consultants. The building is approximately 46,280 gross square meters (557,700 gross square feet). The scope of the project includes demolition, base building construction, and tenant fit-out. During construction, the contractor shall ensure that the existing chilled water plant, which feeds an adjacent building, operates 24/7 without interruption. GSA will continue to maintain this system. The estimated construction cost is in the $120 - $130 million dollar range including tenant fit out. One firm fixed price contract will be awarded. Occupancy is anticipated to begin in December 2010. The renovation is being designed in metric units. The Contract Performance Period is 31 months after Notice to Proceed. The scope of CMc services under this proposed contract includes Design Phase Services and various options for Construction Phase Services, which are described below. The Government intends to award a fixed-price contract with a financial incentive. The CMc will provide professional, technical, administrative and clerical personnel, as needed to perform all required services to renovate the building, including, but no limited to, those described in this pre-solicitation notice. 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). 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. 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. Design Phase Service shall include, but are not limited to, review and evaluation of the concept, design development and construction document submissions 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, cost estimates, 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, “commissioning” and turnover to designated facility management staff, and other required supplemental services as requested by GSA. During contract performance, the CMc shall provide GSA with sound management advice regarding the approach to the project, means to achieve the best value in performance, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for renovation and conversion of the facility. The selection process will utilize source selection procedures in accordance with FAR 15.3. The selection process will use tradeoffs and technical/management factors are more important than price and price related factors. The Factors are Experience (20%), Past Performance (20%), Key Personnel (15%), Management Plan and Schedule (15%) Small Disadvantaged Business Plan (20%) and Apprenticeship Plan (10%). The offeror must provide a statement from its bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570 “companies holding certificates of authority as acceptable sureties on federal bonds and acceptable reinsuring companies”, as certifying their bonding capacity for a project with an estimated range for construction cost of $120,000,000 - $130,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternative to evidence of corporate bonding capacity. The RFP will be available for issuance approximately 5/20/2008 and technical proposals will be due 6/20/2008. The Price Proposals will be due two weeks after the receipt of technical proposals 7/7/2008. In accordance with GSA policy, the RFP will be issued electronically via FEDBIZOPPS (www.fbo.gov). This site provides instructions for downloading the RFP and for obtaining the associated design documents. In order to obtain information the drawings or specifications the vendor is required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October, 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedBIZOPPS. At a minimum all vendors must supply the following information: (Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company’s, CCR Point of Contact) your Company's 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 e-mail address. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. Offerors are strongly encouraged to register to receive notification of upload the RFP at this site and register on the Interested Vendor List (IVL). Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3076e41b435e564b1d3460a4f1d978d0&tab=core&_cview=1)
 
Place of Performance
Address: General Services Administration, Public Buildings Services (PBS), Property Development Division (WPC), 7th and D Streets, S. W., Room 2002, Washington, DC, 20407, UNITED STATES, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN01568282-W 20080509/080507215717-9b2a692813b36a5dff492b21485d30f2 (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.