Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) - IDIQ Contract

Notice Date
3/19/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PE), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS-05P-09-GB-D-0015
 
Point of Contact
Mazzolini C David,, Phone: 312-353-0617, Robert L. Green,, Phone: 312-353-3308
 
E-Mail Address
david.mazzolini@gsa.gov, robert.green@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Construction Manager as Constructor (CMc) – The General Services Administration (GSA) Great Lakes Region announces an opportunity to provide Construction Manger as Constructor (CMc) service for various projects located in the Great Lakes region that consists of the following states: Minnesota, Wisconsin, Illinois, Indiana, Ohio and Michigan. The services would be utilized on large-scale, complex construction projects. The projects may include both new construction and renovation/modernization of existing buildings. This solicitation may result in a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Each contract will comprise of one base year, and four (4) one year options, that may be exercised at the discretion of the government. Qualified contractor(s) will be selected using a best-value source selection procedure, in accordance with Part 15 of the FAR. The minimum ordering limit for any individual order is $15,000,001.00 and the maximum limit for any individual order is $75,000,000.00. The total maximum annual limit is $150,000,000.00, with a minimum guarantee of $25,000.00 Once an IDIQ contract is awarded to a firm, Task Orders will be issued for specific projects where CMc services are required. Task Orders will be competed among the firms awarded IDIQ contracts, in accordance with the Fair Opportunity Procedures included in the Request for Proposal. Selected CMc(s) shall be a member of the project development team during the planning, design, and construction phases for each task order issued. The CMc(s) selected shall work along with GSA and GSA’s selected A/E firms on the individual projects. For each task order, the services required of the CMc(s) shall cover a wide range of design and construction activities, which are often performed by both Construction Managers and General Contractors. The CMc(s) will be responsible for providing the management, quality control, and administrative tasks needed to perform the services in an expeditious and economical manner consistent with the best interests of the Government. The CMc(s) will be at risk and responsible for involvement in the projects development and administration of the construction. The CMc(s) shall assist the Government to achieve its goals with respect to the project's schedule, budget, scope and quality. This procurement is open to both large and small business concerns in accordance with the Small Business Competitive Demonstration Program. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $33.5 million. Although this procurement is not set aside for small businesses, small firms including women-owned, minority-owned, HUBZone, veteran-owned and service disabled veteran-owned businesses are strongly encouraged to participate in this project. Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality contractor team effort. Proposal Submission Requirement: The solicitation package will only be available electronically. It will be available on or about April 14, 2009. The solicitation will 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. A pre-proposal conference will be held on or about April 23, 2009 and notification to the Contract Specialist of proposed attendance will be required. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. Additional details regarding the pre-proposal conference will be included in the RFP. The offer due date and time for receipt of proposals will also be included in the RFP. In order to be eligible for award offerors are required to provide electronic representations and certifications at www.bpn.gov/orca and be registered in the Central Contractor Registration (CCR) at www.ccr.gov/. Any questions regarding this notification should be directed to the Contract Specialist, David Mazzolini at (312) 353-0617.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dfa476a7194d4acaf7246c596c03270e&tab=core&_cview=1)
 
Place of Performance
Address: Minnesota, Wisconsin, Illinois, Indiana, Ohio and Michigan, United States
 
Record
SN01772742-W 20090321/090319215431-dfa476a7194d4acaf7246c596c03270e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.