Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

Z -- RECOVERY - A. J. Celebrezze Federal Building Facade Recladding

Notice Date
8/25/2009
 
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_GBC_0035
 
Point of Contact
Helen V. DiMonte, Phone: 312-353-1189, Bobbie G Tyler, Phone: (312)886-7875
 
E-Mail Address
helen.dimonte@gsa.gov, bobbie.tyler@gsa.gov
(helen.dimonte@gsa.gov, bobbie.tyler@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - A. J. Celebrezze Federal Building Façade Recladding, GS-05P-09-GBC-0035 The General Services Administration (GSA) Great Lakes Region announces an opportunity to provide Construction Manager as Constructor (CMc) service for the façade and roof replacement project at the A. J. Celebrezze Federal Building in Cleveland, Ohio. This is an American Recovery and Reinvestment Act of 2009 Project. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 Trade Offs). The CMc will be competitively chosen using Source Selection (FAR 15.3) procedures. The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. The estimated total construction cost for the project falls within the range of $70,000,000 to $110,000,000. Project Summary: The program entails façade replacement, roof replacement and interior alterations as needed to accommodate the Unified Facilities Criteria with emphasis on improving the building's energy performance. All work will take place at the Anthony J. Celebrezze Federal Building (AJC), 1240 E. 9th Street, Cleveland, OH. The building is 32 stories tall. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction services. 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). In contrast to a CM that is not also a constructor; the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the defined budget or Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, Critical Path Method (CPM) scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. Small Business Participation: In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. In accordance with Public Law 95-507, the offeror will be required to provide the maximum practicable opportunities for small, disadvantaged, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned business concerns. The North American Industry Classification System (NAICS) Code for this project is 236220. Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. The solicitation package will only be available electronically. It will be available on or about September 9, 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 September 24, 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, Helen DiMonte at helen.dimonte@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS_05P_09_GBC_0035/listing.html)
 
Place of Performance
Address: 1240 E. 9th Street, Cleveland, Ohio, 44199, United States
Zip Code: 44199
 
Record
SN01924977-W 20090827/090825235817-c2dd8b833b877488c35ada41fa1f2e1e (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.