Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
MODIFICATION

Z -- RECOVERY - Modernization of the Margaret Chase Smith Federal Building in Bangor, Maine

Notice Date
10/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-09-BZ-C-0028
 
Point of Contact
Kathryn E. Thomas, Phone: 617-565-8826, Peter J. Menzies, Phone: (617) 565-5733
 
E-Mail Address
kathryn.thomas@gsa.gov, peter.menzies@gsa.gov
(kathryn.thomas@gsa.gov, peter.menzies@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment: The response date for Phase I submissions is extended FROM October16, 2009 TO October 23, 2009. "Similar Project" description is changed FROM $25M TO $20M. RECOVERY: PRE-SOLICITATION NOTICE FOR CONSTRUCTION EXCELLENCE FOR THE MODERNIZATION OF THE MARGARET CHASE SMITH FEDERAL BUILDING IN BANGOR, MAINE, SOLICITATION NO. GS-01P-09-BZ-C-0028. The Design and Construction Organization in the New England Region of Public Buildings Services of the U.S. General Services Administration (GSA) is presently soliciting proposals from qualified Offerors desiring to compete in the procurement process for the subject construction project. This project is funded in part from the American Recovery and Reinvestment Act of 2009 (ARRA). The type of contract contemplated is the Construction Manager as-constructor Guaranteed Maximum Price with Construction Contingency Allowance (herein referred to as CMc). A CMc provides Design Phase Services and Construction Phase Work. GSA intends to contract for Design Phase Services with an option for Construction Phase Work for a major renovation of the Margaret Chase Smith Federal Building in Bangor ME with the CMc that offers the best overall value to GSA. Design Phase Services is expected to commence upon award of the contract on or about March 2010. The Optional Construction Phase Work is anticipated to be awarded on or about August 2010, with a performance period of approximately 1185 calendar days. The existing three story structure was built in 1967 and is approximately 142,483 square-feet. The primary tenants of the building are the Social Security Administration, the U.S. Marshals, and the Courts. Alterations include recapture of vacant postal space, repair/replacement of HVAC systems, energy efficiency improvements to achieve high performance green building status, exterior structural improvements including window replacement, addition of a new secure elevator, repair/replacement of electrical systems, and fire protection system upgrade to current code and to bring the building into compliance with accessibility standards. The guaranteed maximum price for this scope of work is $40,000,000, for combined Design Phase Services and Construction Phase Work. The North American Industry Classification System Code (NAICS) for this procurement is 236220. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. The A/E contract was awarded to Teng & Associates in January 2007. Design has started on this project and concepts are near completion. Funding for construction was received through ARRA. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Work. The Construction Phase Work is an option. The CMc is required to complete the Design Phase Services for the firm-fixed-price presented during the procurement process. " Design Phase Services " means the design phase construction management services, constructability reviews, cost estimate reconciliation services and other related services such as preliminary evaluation of the Architect of Record design development documents; review and evaluation of the Architect of Record construction document submissions for constructability; review and evaluation of all Architect of Record cost estimates; reconciliation of all cost estimates; participation in all construction document team meetings; value engineering suggestions; identification of any problems or errors in the design and design documents; consultation during design document production; preliminary project schedule development; identification of long-lead items, independent pricing of design document phase and construction document phase submittals; preliminary cost estimates; development of subcontractor and supplier interest; and, establishment of firm-fixed pricing. " Construction Phase Work " means all work and services, including general conditions, necessary for the construction of the project described by the plans, specifications and other provisions incorporated into the Request for Proposal (RFP), excluding Design Phase Services. Renovation of the existing building will occur while the building is occupied. GSA intends for the work to be accomplished in multiple phases, and anticipates construction to begin before design is complete. Construction Phase Services include, and are not limited to, construction of the building; project scope management; selection and procurement of all necessary subcontractors; administration of the construction contract (how much work is performed with the CMc's own forces or under subcontract); administration of the construction contract and all subcontracts; coordination of regular construction meetings; Critical Path Method (CPM) scheduling and schedule control; maintaining construction records including daily logs and monthly reports; monitoring construction costs; progress reporting; conducting and coordinating inspections and testing to ensure proper functioning of the building; coordination of commissioning and turnover to designated facility management staff and tenants; performing closeout procedures; and, all other required services necessary for a complete and sustainable building. The CMc is a member of the project team during the design and construction phases, along with GSA as the public owner; GSA's Construction Manager as-agent; GSA's selected architecture and engineering firm; GSA's building commissioning firm; GSA's security consultant, and other consultants. The CMc shall be required to assign, as needed, a team consisting of, and not limited to, 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 as needed to perform the services described herein. A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors, when combined, being significantly more than price. This is a multi-step advisory procurement that consists of two stages. In Stage I, Pre-Solicitation Notice, i nterested Offerors must: 1 - Provide a statement from their federally approved bonding corporate surety (see website at http://www.fms.treas.gov/c570/index.html), certifying their bonding capacity for a project with a Guaranteed Maximum Price of $40,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternate to evidence of corporate bonding capacity. 2 - Submit information requested pursuant to Stage I Rating Factors. Proposals will be evaluated using an Advisory Multi-step Process as specified in FAR 15.202. The Contracting Officer shall advise respondents considered not to be viable competitors of the general basis for that opinion. All Offerors shall be informed that, notwithstanding the advice provided by the Contracting Officer in response to their submissions concerning their viability, they may still compete in Stage II. Stage I : Licensed general contractors having the minimum bonding capacity are invited to respond to this Stage I Pre-Solicitation Notice by submitting one (1) original and five (5) copies of the required technical information. The submission should be in an 8-1/2" x 11" bound format and should be organized to correspond with the evaluation factors listed below. Standard Form 330 may be utilized, but is not required. The total pre-solicitation notice submission should not exceed 20 one-sided 8-1/2"x 11" pages or 10 double-sided 8-1/2"x 11" pages (not including Table of Contents or Section Separators), with one-inch margins, and in a font not less than 12-point in size. Font style is optional. "Similar Project" Description: "Similar" is defined as new construction or major renovation or modernization of multi-story (2-story minimum) buildings. These structures can include courthouses, hospital facilities, casinos, Class A office space, research laboratories, schools, government-owned buildings, or major renovations of such similar projects, with a construction cost of a minimum of $20 million. The Source Selection Evaluation Board (SSEB) will be limited to reviewing only projects of similarity. Relate all projects submitted in Factors 1 and 2 in type and scope to this project. Factor 1: Experience in Design Phase Services on similar projects. a) Demonstrate experience on at least one (1) project completed within the past eight (8) years in excess of $20 million in construction cost in which the Offeror provided Design Phase Services similar to those required under this project. b) Briefly describe the successful delivery of the completed project(s) and relate those in type and scope to this project. c) Provide names, mail addresses e-mail addresses, and telephone numbers of two members of owner's project team for each project presented. References will be contacted. Factor 2: Experience in Construction Phase Work as a prime contractor on similar projects. a) Demonstrate experience on at least three (3) projects completed within the past eight (8) years in excess of $20 million in construction cost in which the Offeror provided Construction Phase Work similar to those required under this project. Experience in renovation or modernization of an existing, occupied building is preferred under this factor. b) Briefly describe the successful delivery of the completed project(s) and relate those in type and scope to this project. c) Provide names, mail addresses e-mail addresses, and telephone numbers of two members of owner's project team for each project presented. References will be contacted. Projects proposed under Factor 1 and Factor 2 may be the same. The Stage I Pre-Solicitation Notice factors are independent of the factors in the Stage II Request for Proposal. Responses to Stage I Pre-Solicitation Notice factors will be used to evaluate an Offeror's viability. Offerors will be notified of viability and the Request for Proposal will be released on or about November 3, 2009. Stage II Request for Proposals (RFP). Proposals will be evaluated and scored according to technical evaluation factors included in the RFP. The technical proposals will be reviewed and evaluated prior to and separately from the review of price proposals. As part of the Stage II evaluation, the Contracting Officer and Source Selection Evaluation Board (SSEB) may conduct interviews. However, GSA reserves the right to evaluate proposals and make award without discussions or oral presentations (clarifications may be made as described in FAR 15.306(a)). Therefore, the Offeror's proposal should contain the Offeror's best terms. Final selection will be made based on technical factors, when combined, being significantly more important than price (price being represented by the Offeror's proposal for Design Phase Services and Construction Phase Work). Offerors are required to use the Stage I projects in their responses to Stage II evaluation factors. The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating Stage II proposals. Factor 1 considers past performance in providing Design Phase Services on similar projects. Factor 2 considers past performance in providing Construction Phase Services as a prime contractor on similar projects. Factor 3 considers qualifications and experience of key personnel. Factor 4 considers the management plan and technical approach. Factor 5 considers the Offeror's proposed approach for successful and meaningful participation and performance during Design Phase Services. Factor 6 considers the Offeror's available resources and facilities to accomplish the project. Stage II proposals will be due on or about December 3, 2009. The exact date will be established and published in the Request for Proposals in Stage II. A Pre-Proposal Conference and site visit is anticipated on or about November 17, 2009 in Bangor, ME. The exact date and time will be established and published in the Request for Proposals in Stage II. Interviews: If interviews are conducted, firms will be interviewed at GSA's Region 1 offices in Boston, MA by members of the SSEB. Time and date to be determined. Interested firms must send their Stage I submission, no later than 4:00 PM EST on October 23, 2009, to Kathryn Thomas, Contracting Officer, General Services Administration, Public Buildings Service New England Region, 10 Causeway Street, Room 975, Boston, MA 02222. All submittals must clearly indicate the solicitation number (GS-01P-09-BZ-C-0028) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. Be advised that, due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand-deliver submissions should take this into consideration. Please direct any questions to BOTH Kathryn Thomas, Contracting Officer, at (617) 565-8826/email: Kathryn.Thomas@gsa.gov. Peter Menzies, Project Manager, at (617) 565-5733 or email: Peter.Menzies@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-09-BZ-C-0028/listing.html)
 
Place of Performance
Address: 202 Harlow Street, Bangor, Maine, 04401, United States
Zip Code: 04401
 
Record
SN01984568-W 20091015/091013234801-1c7ae8b1c6e266fb6647579fc54d1cb0 (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.