Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

R -- SUPPLEMENTAL CONSTRUCTION MANAGEMENT/DESIGN BUILD (CM/DB) SERVICES FOR NATIONAL ARCHIVES and RECORDS ADMINISTRATION FACILITIES, NATIONWIDE

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA09SEM0005
 
Point of Contact
Ronald C Noll,, Phone: 301-837-3648
 
E-Mail Address
ronald.noll@nara.gov
 
Small Business Set-Aside
N/A
 
Description
This procurement will establish an Indefinite Quantity Indefinite Delivery (IDIQ) Contract to provide Construction Management or Design-Build and related services for NARA facilities nationwide. This contract is national in scope, supporting all existing and future NARA facilities including Presidential Libraries, Regional Archives, Federal Records Centers, the National Archives Building, and Archives II. Services may be required at any time during a project’s development and delivery e.g. planning, design, construction, and operations turnover phases. Services required may include: planning phase feasibility studies, building assessment reports, design programming, design, interior space planning, cost modeling/analyses, code and owner’s design review, value engineering management, post construction contract services (PCCS), record drawings, constructability design review, construction, construction inspections and tests oversight and post occupancy evaluations. The CM/DB Firm shall be able to provide any level of design and related services. The CM/DB firm as used in this solicitation may be a partnership, corporation, association or other entity that will have contractual responsibility to provide the services required by NARA. The CM/DB firm and all applicable consultants must have personnel either on staff or available via strategic alliances that can be/are licensed by law to practice the professions of architecture and engineering in all 50 states and the District of Columbia. CM/DB services as specified include performing Site Evaluations, Building Condition Reports, CM Design Phase Services (excluding design services), Design/Build Services (including design at any point in the project delivery process), CM Procurement Phase Services, CM Construction Phase Services, Relocation Services, Claims Services, Testing Services, Miscellaneous Services, Post Occupancy Evaluations, Exhibit Design and Installation, Building Commissioning, and any other services deemed necessary by the Contracting Officer to provide for completely functional facilities. Multiple CM/DB Contracts may be awarded. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work, which will include all elements of work deemed necessary for the project(s). Throughout the contract period the selected CM/DB will assist NARA in identifying those elements of work that can be accomplished within congressionally mandated cost limitations or internally established budgets for each project. The term of the contract shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $6,000,000 for each Period, for an aggregate maximum dollar value of $30,000,000. The Government currently envisions utilizing a variety of delivery processes such that on some projects the selected firm will act as a CM while on other projects they may act as a DB. The determination as to which delivery process will be utilized on any given project will be at the sole discretion of the Government. Similarly, the decision as to when in the DB delivery process the Government will require a Guaranteed Maximum Price (GMP) will be at the sole discretion of the Government. There is no guarantee that the Government will elect to use a DB approach on any project but firms must have had experience and the capability of providing these services. On projects utilizing a DB approach the selected firm will either provide complete design/build services based on a program of requirements or complete the design and construct the project based on a partial design provided by an Architect/Engineer (A-E) under separate contract to the Government. Accordingly, firms must have design capabilities within their team. On projects utilizing a CM approach the entire design will be produced by an A-E under separate contract to the Government and the CM will be required to provide, in addition to other specified services, professional design reviews for engineering soundness as well as reviews for compliance with existing codes including, but not limited to, UFAS/ADA, NFPA, IBC, local codes within the jurisdictions that the projects are located, etc. A-E firms selected as part of a team to provide services as part of this procurement will not be eligible to provide services under a separate nationwide A-E Supplemental IDIQ contract that will be procured in the future to support NARA activities. The Evaluation Criteria for selection are as follows: I. Qualifications necessary for performance of required services (40%) – (1) experience of key personnel on projects of a similar complexity, scope and cost for large projects and small projects ($100,000 to $3,000,000) such as chiller replacements, roof replacements, etc (buildings similar to an archives building include libraries, museums, laboratories, etc), (2) clearly describe rational for utilization of senior and junior personnel, (3) proposed duties of key personnel are clear and the firm has identified the one individual who has the authority to bind the firm in negotiations with the Government (key personnel at a minimum shall include the Contract Executive, Project Manager (IDIQ)), (4) resumes have been provided for key personnel which reflect required qualifications for proposed positions, and (5) identification of similar projects that key personnel have worked together on. II. Specialized Experience and technical competence in the type of work required (20%) - (1) demonstrated experience in performing technical and code compliance reviews, and constructability reviews during the design phase, (2) demonstrated experience in managing and administering all aspects of construction contracts including CPM schedules, change order estimating, correspondence, inspections, payments, change orders, etc, and (3) demonstrated experience in handling special design/construction issues associated with large mechanical/electrical system upgrades, fire/life safety systems, lead/asbestos abatement, construction phasing, LEEDS, sustainable, etc in occupied historic buildings. III. Management Approach (20%) - (1) Considerations include submission of a comprehensive narrative describing the firm’s approach to providing high quality deliverables in a timely manner and managing construction work as a CM/DB contractor including (a) the approach to the Renovation acting in the capacity of a CM (b) whether the staffing proposed is realistic, (c) whether the firm’s submission addresses applicable CM/DB functions during the design phase, procurement phase, construction phase, etc, (d) whether the CM/DB interrelates well with A-E’s, construction contractors, and Government personnel, (e) whether the CM/DB can efficiently address problems relating to coordinating multiple projects and activities, potential impediments to timely project completion. cost containment, etc, and (f) whether the management organization includes adequate description of leadership assignments, responsibilities, lines of communication, etc, IV. Capacity to accomplish the work (10%) - (1) the overall capacity of the firm to perform the work envisioned, (2) legal form and associations with other firms are clear and acceptable, (3) operational areas and office locations allow for satisfactory daily work flow and controls, information transmission and quality control, (4) sufficient technical resources to undertake the potential workload, and (5) operating methods enable the CM/DB to maintain control of the project(s) and project(s) costs. V. Past Performance (10%) – (1) the extent of the firm’s past experience, within the last 10 years, in carrying our comparable work as either a CM or a DB, the quality of the firm’s past performance relative to timeliness and technical success (provide references and current phone numbers). Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-330 along with letter of interest to: National Archives and Records Administration, Space and Security Management Division, Real Property Management Branch (NASR), Ronald C. Noll, Contracting Officer, Room 1150, 8601 Adelphi Road, College Park, MD 20740, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In SF-330 Part I, Section H, the CM/DB Firm MUST respond to the FIVE (5) EVALUATED CRITERIA stated in the announcement for this solicitation. Due to the nationwide coverage of these IDIQs, it is full and open to all business sizes. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the CM/DB (if not a Small Business of $33,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the National Archives and Records Administration has subcontracting goals of 40% for small businesses, 12% for small disadvantaged businesses, 5% for small women-owned businesses, 2% for veterans owned small businesses, 1.5% for service-disabled veterans owned small businesses and 1.5% for HUB zone small businesses. Award of this Master Contract and Work/Delivery Orders are contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04d536792a00bc7546e840c81358f466&tab=core&_cview=1)
 
Place of Performance
Address: College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01777204-W 20090327/090325215542-04d536792a00bc7546e840c81358f466 (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.