Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOURCES SOUGHT

C -- RECOVERY - Construction Management as Agent services for new building, Tier III Data Center

Notice Date
7/17/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-10-JA-C-XXXX-CMa
 
Archive Date
8/18/2009
 
Point of Contact
Heidi Sawyer, Phone: 303-236-8000ext2415
 
E-Mail Address
heidi.sawyer@gsa.gov
(heidi.sawyer@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - Construction Manager as Agent (CMa) Services for construction of a new building located at the Denver Federal Center GS-08P-10-JA-C-0XXX-CMa THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE CERTIFIED 8(A), HUBZONE, SERVICE-DISABLED VETERAN-OWNED AND SMALL BUSINESS CMA FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS FOR THIS ANTICIPATED SOLICITATION. The General Services Administration, Region 8, Denver Federal Center Service Center is conducting a market survey and is seeking qualified firms to provide Construction Manager as Agent (CMa) services for the construction of a new Tier III data center facility (Tier III, Based on the Uptime Institute Data Center Industry Standard Tier Level Classification System). GSA is seeking a CMa firm with management experience in design and construction of Data Centers to provide professional services for overall project administration, management and quality for this project. Many of the services under this contract shall be performed under the direction/supervision of professional architects and/or engineers with substantial construction experience. This project includes site development, building design and construction of a 70,000 square foot Tier III data center on the Denver Federal Center. SCOPE OF WORK: The CMa work proposed includes but is not limited to the following: Design Phase Services: These services shall include, but not limited to, providing design technical reviews; code compliance reviews; constructability reviews utilizing Building Information Modeling (BIM); analysis of value engineering proposals; preparation of cost estimate; cost analysis; cost control/monitoring; site surveys; scheduling; and review of design scope changes. Project Construction Phase Services: These services shall include, but not limited to, providing/ establishing temporary field offices; setting up job files, working folders, and record keeping systems scheduling and conducting preconstruction meetings; monitoring the submittal review process; maintaining marked up sets of project plans and specifications for future as-built drawings; performing routine inspections of construction as work proceeds; schedule review; review and processing of pay applications; administration of change orders; claims avoidance; and review of labor rates and worker interviews. Testing/Inspection Services: The CMa may be tasked to provide the services of an independent testing and/or inspection agency/laboratory to perform project specific quality control testing and inspection services. Post Construction Services: The CMa may be tasked to provide services such as: Performing Post Occupancy Evaluation (POEs); assisting agency in the formulation of lessons learned; providing occupancy planning including development of move schedules, cost estimates, inventory lists, providing move coordination, relocation assistance, and/or furniture coordination; and providing telecommunication and computer coordination. Claims Services: The CMa may be tasked to provide claims services when and as required by the Government for specific projects. The CMa will review disputes and claims from the A&E and/or construction contractor(s) and render all assistance that the Government may require, including, but not limited to, the following: Furnishing reports with supporting information necessary to resolved disputes or defend against the claims; preparation and assembly of appeal files; participation in meetings or negotiations with claimants; appearance in legal proceedings; preparation of cost estimated for use in claims negotiations; and preparation of risk assessments/analyses relative to claim exposure. General Services: The CMa may be tasked to provide services not related to a specific project. Such work must be authorized in advance by the Government. These services may include, but are not limited to developing, updating, and reviewing Agency Service handbooks, guides, manuals, and/or policies. When required to support work being performed under any of the major Project Phases, the Government may authorize Additional Services such as providing special consultant or special inspection services, performing special studies and/or updates to prior studies, updates to master or environmental plans, interior space planning, existing site surveys, site models, providing photographic records beyond the normal scope of presentation and inspection services required, and providing expertise as required in unusual situations from specialty disciplines. At a minimum, the CMa key team members shall consist of the following: Corporate executive Project manager Project coordinator Surveyor Geotechnical engineer Professional/technical experts - all disciplines Field survey and investigation staff Architectural review coordinator Engineering review coordinators - all disciplines Partnering facilitator Chief cost engineer Cost estimators CPM analyst/scheduler Value engineering technical coordinator Value engineering technical disciplines Construction inspectors Award of the Construction Manager (CMa) Services Contract is anticipated for December 2009. Anticipated start date for construction is on or about February 1, 2010. Performance period of construction is 14 months from the Notice to Proceed (NTP) date. Estimated Construction Cost is over $10,000,000. The North American Industry Classification System (NAICS) Code for this procurement is 541310. The size standard is $4.5 million per year. These services will be procured under the Small Business Competitiveness Demonstration Program and may be set aside for 8(a), HUBZone, Service-Disabled Veteran-Owned Small (SDVOSB) or Small Business (SB) businesses Companies who have the necessary experience in Construction Management (CMa), as well as an interest in this project, should submit a statement of capabilities, which is not a proposal, but rather a short statement regarding the firm's expertise and experience on construction projects similar in scope to the one described in this notice. The definition of "similar" is a Type III data center, with cost over $10,000,000. Please limit submissions to 3 pages. Firms should indicate eligibility for SBA programs and whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Additional information related to SBA programs can be found at www.sba.gov. This letter shall include the following: 1) Firm's point of contact, with mailing address, e-mail address and telephone number 2) Firm's type of business - 8(a), HUBZone, SDVOSB or Small Business (SB) 3) Intent to team with another firm and anticipated teaming arrangement. 4) Answer to this question: Has your firm performed the type CMa services described above in the past five years on 3 similar projects? The definition of "similar" is "similar" is a Type III data center, with cost over $10,000,000. Provide brief description and dollar value of project. Letters of interest must be submitted no later than August 3, 2009. Send letters to the attention of, Heidi Sawyer, Contract Specialist (8PD), General Services Administration, Denver Federal Center, Bldg 41, P.O. Box 25546 (8PD), Denver, Colorado 80225-0546 or heidi.sawyer@gsa.gov The Contracting Officer for this project is Kathy A. Kirwin. Please direct all communication, inquiries, and correspondence to the Contract Specialist, Heidi Sawyer. This project will be funded by the American Recovery and Reinvestment Act for 2009. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. All reporting requirements from the Contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-10-JA-C-XXXX-CMa/listing.html)
 
Place of Performance
Address: Denver Federal Center, W 6th Avenue and Kipling Street, Lakewood, Colorado, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01879703-W 20090719/090718000818-f8201e757230f7ddb373bf2c110c1bb3 (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.