Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
MODIFICATION

Y -- Bridging Design Build Services

Notice Date
11/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS02P09DTC0022
 
Point of Contact
Gayle G Schuster, Phone: (212) 264-2825
 
E-Mail Address
gayle.schuster@gsa.gov
(gayle.schuster@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS AMENDMENT IS ISSUED TO AMEND FACTORS 2 AND 5 ONLY. ALL OTHER FACTORS AND REQUIREMENTS OF THIS SOLICITATION REMAIN THE SAME. THIS AMENDMENT EXTENDS THE DATE FOR RECEIPT OF QUALIFICATIONS TO DECEMBER 22, 2009 AT 1:30 PM. THE LOCATION FOR RECEIPT OF QUALIFICATIONS REMAINS THE SAME. SEE BELOW: This amendments the Technical Evaluation Factors as follows: Factor 2: The Offeror/Teams’s Experience on Similar Projects is amended as follows: a) To amend the request from offerors to one (1) design/build project and two (2) general construction projects. Previously the requirement was for two (2) design/build projects and one (1) general construction project. b) To amend the request for past experience requirements to projects completed within the past fifteen (15) years. Previously the requirement was for projects completed within the past ten (10) years. c) To amend the request to change the past experience dollar requirement to $50 million. Previously the requirement was for $75 million. Factor 5: Detailed Organizational Structure and Qualifications of Key Personnel is amended as follows: a) To delete the requirement for offerors to submit information relating to significant subcontractors and the requirement for the SF 1413 in Phase 1. b) To amend the requirement for the Corporate Executive from 15 years to 10 years. c) To delete the following key personnel: Engineering Designers of the following disciplines: Life Safety Engineer Data and Telecommunications Structural Engineer Civil Engineer Solar Engineer Asbestos Designer Accredated LEED Coordinator Energy Conservation Officer Waste Management Coordinator d) To amend the General Construction Superintendent experience from experience with projects over $75 million to projects over $50 million. Factor 2: Offeror/Team’s Experience on Similar Projects This factor will consider the extent of an offeror’s design/build experience in which the offeror provided the role of both A/E of record and the role of Design/Build Contractor on one (1) similar project as described below, that was completed within the past fifteen (15) years. This factor will also consider the general construction experience of two (2) similar projects completed within the past fifteen (15) years. Projects must be of similar size, scope, and complexity as this Project. In response to this factor an offeror must submit the required information listed below for three (3) similar projects successfully completed within the past fifteen (15) years. One project must be a design/build project and two projects must be general construction projects. For the design/build project both A/E and GC must meet the criteria below for Offeror/Team’s Experience on Similar Projects for this factor for the design/build project. If the A/E and GC did not work together as a team, each firm must submit three separate projects that meet the requirements of this factor. If an offeror provides more than one (1) design/build project, the TEB will only review the first three projects only. If the offeror provides more than two (2) general construction projects, the TEB will review only the first two (2) general construction projects submitted. A project will be considered similar based on a consensus judgment of the evaluation board members that the project has enough characteristics or similarities in common with the with the project that it can be determined comparable. If a project is determined to be not comparable it will be evaluated, but it shall result in a lower rating. Similar projects include multi-story government office buildings, class “A” high rise buildings, hospital facilities, dormitories, prisons, multi-story commercial office buildings, court houses, and laboratories. Examples of projects that are likely not to be considered similar are: water supply / waste water treatment facilities, residential projects, transportation projects (i.e. Highways and Bridges) and schools. Projects submitted in which the Offeror was not responsible for the buy-out and coordination of the major subcontracts, will not be accepted. (i.e. state or city projects awarded under a Wick’s Law procurement). Three (3) projects must comply with the following criteria: •All three projects must be 100% complete. •The offeror must have the primary roles and responsibilities of the design and construction of one (1) project and the role of general contractor for two (2) projects. •All submitted projects must have been completed within the past fifteen (15) years. •Two (2) of the projects must have involved coordinating construction activities within an occupied and operating facility, involving multiple construction phasing. •A minimum construction cost of $50,000,000 at award for each single project. This can include design fees for the design-build project where an offeror was the prime contractor and held the contract. Individual task orders to IDIQ contacts in that meet the dollar amount requirement may be allowed however aggregating of task orders is not allowed. •A minimum of 200,000 SF •Similar projects include multi-story government office buildings, class “A” high rise buildings, hospital facilities, dormitories, prisons, multi-story commercial office buildings, court houses, and laboratories. For each project submitted, offerors are required to provide a narrative explaining how the firm’s past experience on the submitted project is relevant to successful delivery of the Project. The narrative for each project shall be no more than two (2) typewritten pages and include no more than one (1) page of picture(s) per project. If more than two (2) typewritten pages are submitted for each project, the Government will review ONLY the first two (2) typewritten pages. The following information shall be included in the narrative for each project: •Name of project, date started (if design/build include both design start and construction start), date completed (substantial completion) and location •Names of the project manager and superintendent •For the design/build project: identify the architect and engineers of record for the primary disciplines. •Description of type of project and construction contract value at award and completion. •Gross square feet (GSF) of the project area •Description of the firm’s roles and responsibilities, actual work the firm managed and work the firm self performed. •Description of project quality, budget and scheduling requirements and how they were met •Description of any major issues or project challenges and how they were addressed/resolved •Description of the coordination with existing operations of the facility, if applicable •Description of the coordination during design, if applicable. Factor 5: Detailed Organizational Structure and Qualifications of Key Personnel This factor will assess the effectiveness and efficiency of an offeror’s detailed organizational structure as it relates to the proposed Key Personnel. Offeror shall identify if the designated Key Personnel will provide services during design, during construction or both. Offerors must demonstrate that the proposed project team will be maintained for the life of the project. Detailed Organizational Structure Each offeror shall also provide a written narrative and organizational chart that: describes an offeror’s organizational structure and details the lines of communication, relationships and responsibilities of the Key Personnel proposed for this project; details the specific assignments, and other significant information for each member designated as Key Personnel; identifies the anticipated duties of the key person and whether they will work full-time or part-time during each phase of the Project. If proposing a joint venture, or another type of contractor team arrangement, offeror must address the joint venture plan or other contractor team arrangement plan for the Project as well as previous experience the joint venture or other contractor team arrangement may have in working together on previous projects, including the length of time the joint venture or other contractor team arrangement has worked together in the past, and how long the personnel within the joint venture or other contractor team arrangement have worked together on previous projects. If the joint venture or other contractor team arrangement has not worked together in the past, the members of the team must address their joint venture or other contractor team arrangement experience in the past with other firms, including which firm was the lead firm. The proposed key personnel’s past experience and qualifications shall be relevant and compatible to the proposed role and responsibility for this project. Key Personnel Each offeror shall submit resumes for each of the Key Personnel proposed for the Project. Resumes shall include all pertinent information that clearly exhibits the qualifications of the proposed personnel. Resumes for each individual shall summarize the qualifications, professional designation, experience, education, skills, and professional background information. If an individual is designated as Key Personnel and is the employee of a firm other than the offeror, the offeror shall identify the firm and the firm’s background and qualifications. There is no page limitation for Key Personnel resumes. Offerors shall identify Key Personnel that will make up the Project Team for the proposed project. During construction, the positions of Corporate Executive, Project Manager, and General Construction Superintendent cannot be changed from those individuals specified in the proposal without prior written approval from the Contracting Officer. At a minimum, the BDB Contractor key team members shall consist of the team members listed below. 1) Corporate Executive: Oversees the Project from a corporate level and has full contractual authority. The offeror shall designate one (1) Construction Executive for this contract who possesses a minimum of 10 years of design/build project experience. 2) Project Manager: Manages design and serves as the on-site project coordinator during construction. The offeror shall designate one (1) Project Manager who possesses a minimum of 15 years of project management experience and has managed a similar design/build project minimum award value of $50 million. 3) Architectural Designer: Lead Architectural Designer serves as the architect of record. The offeror shall designate one (1) Architectural Designer who possesses a minimum of 15 years of design experience, has a license to practice architecture, and has design experience on a project with a minimum award value of $50 million. 4) Engineering Designers: The Lead Engineer for each of these discipline serves as and has been the engineer of record for that discipline. The offeror shall designate one (1) Lead Engineer for each discipline listed below who possesses a minimum of 15 years of design experience, has a license to practice engineering, and has design experience on a project with a minimum award value of $50 million. Mechanical Engineer Electrical Engineer Plumbing Engineer 5) General Construction Superintendent: (On-site Building and General Construction Superintendent). The offeror shall designate one (1) Construction Superintendent who possesses a minimum of 10 years of general construction experience, including the coordination of mechanical, electrical, plumbing, sprinklers and life safety system trades, with a minimum of 5 years as superintendent and has been a superintendent of a project over $50 million. Complete resumes for all Key Personnel shall be submitted with the following: Project position Education / Training Professional qualifications Total years experience (with offeror firm / with other firms) –Acceptable Past experience shall be in the same role as proposed for this project. A complete project list of previous similar project experience for each proposed team member (relevant projects) The position (specific role) the proposed team member had in each project listed under project experience The project dollar value and the date each project was started / completed
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS02P09DTC0022/listing.html)
 
Place of Performance
Address: Clement Ruiz Nazario Courthouse and Federico Degetau Federal Office Building located at Carlos e. Chardon Avenue, Hato Rey, Puerto Rico, 00918, United States
Zip Code: 00918
 
Record
SN02010277-W 20091126/091124234845-3819f90e7ad00ed5e97d5b7ea208f10a (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.