Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

Y -- Construct Bonneville Power Administration (BPA Transmission Services Facility (TSF) Project - Amendment 5

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-10-LT-C-0019
 
Point of Contact
Dawn M Ashton, Phone: 253-931-7784, Kimberlee Wallentine, Phone: 253-931-7183
 
E-Mail Address
dawn.ashton@gsa.gov, kimberlee.wallentine@gsa.gov
(dawn.ashton@gsa.gov, kimberlee.wallentine@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Add Amendment 08: New Wage Determination, Release of Schematic Design & Assumptions, Redecue Duration of Design Phase Services, Establish GMP as firm Not to Exceed Amount. Add Amendment 07: Remove Requirement to submit Subcontracting Plan with offer and Provide Legend for GMP Estimating Worksheet. Add Amendment 06: Correct dates for Stage 2 Period on Pricing Schedule and respond to Questions and Answers. Add Amendment 05: This applies to Phase 2 short-listed offeors only. Preliminary Concept Specifications provided. Add Amendment 04: Phase 2 Solicitation - GMP Pricing Submission. Only short-listed offerors will have access to this Amendment and future Amendments related to this solicitation. Add Amendment 03: Suspend Solicitation Indefinitely Add Amendment 02: (1) Modify Solicitation Requirements and (2) Publicize Questions and Answers. Add Amendment 01: (1) Corrects the Soclicitation No. on the RFP issued under GS-10P-10-LT-R-0019 and replaces said RFP (attached). (2) Revisions/Clarifies RFP requirements (3) Posts Pre-proposal Conference Presentation and Attendance Sheet. ATTENTION THIS POSTING IS TO PROVIDE BETTER ACCESS TO THE SOLICITATIOIN DOCUMENTS FOR GS-10P-10-LT-R-0019 (IDENTIFIED BELOW) WHICH WAS POSTED TO www.fbo.gov ON MARCH 17, 2009. INTERESTED PARTIES MUST ENTER THE SOLICITATION NUMBER GS-10P-10-LT-R-0019 (OR PROJECT TITLE) AND CLICK ON THE SOURCES SOUGHT BLOCK WHEN CONDUCTING A SEARCH IN ORDER TO ACCESS THE PREVIOUSLY POSTED DOCUMENTS INCLUDING THE INDUSTRY INFORMATIONAL MEETING PRESENTATION AND ATTENDANCE SHEET AND REQUEST FOR PROPOSAL W/ATTCHMENTS. CURRENTLY A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR MARCH 29, 2010 at 1:00PM in AUBURN, WA. INTERESTED FIRMS (LIMITED TO THREE INDIVIDUALS) MUST REGISTER FOR THE CONFERENCE BY SENDING AN E-MAIL TO THE CONTRACTING OFFICER AT dawn.ashton@gsa.gov. DETAILS REGARDING LOCATION AND ACCESS WILL BE PROVIDED FOLLOWING REGISTRATION. THE DUE DATE FOR RECEIPT OF PROPOSALS IS CURRENTLY APRIL 16, 2010 AT 2:00pm. SOLICITATION DESCRIPTION AND PARTICULARS FOLLOW: GS-10P-10-LT-R-0019 - CMc for Bonneville Power Administration (BPA), Transmission Services Facility (TSF) The General Services Administration (GSA), Region 10 announces an opportunity for a Construction Manager as Constructor (CMc) in support of the construction of a new facility for Bonneville Power Administration (BPA) Transmission Services Facility located in Vancouver, Washington. PROJECT BACKGROUND/DESCRIPTION: The BPA is considering construction of a new building on land owned by BPA, referred to as the Dittmer District, located adjacent to the existing Dittmer Building in Vancouver, Washington. The project will be designed in two stages (1) 50% design development deliverables which will be used to assess the feasibility of proceeding with the project and (2) final design (construction documents) upon approval to proceed with the project. The selected A-E firm will develop two design alternatives (1) a 167,000 GSF structure and (2) a 210,000 GSF structure. The project goals include a new structure that is sustainable and energy efficient incorporating high performing green building strategies such as natural day-lighting, energy savings temperature controls, and use of renewable energy. PROJECT SCOPE: GSA requires a CMc contractor to perform Design Phase Services (constructability reviews, value engineering, project schedule and construction cost development, etc.) and Construction Phase Services (construction contract and subcontract administration, CPM scheduling, monitoring of construction costs, etc.). The project involves work in specialty areas such as energy efficiency and conservation and design and construction of high performing green buildings. Disciplines and services required may include civil, structural, utility, concrete, electrical, mechanical, controls, energy conservation, fire-life-safety, communications, security, parking, landscaping, cost estimating, construction management, building information modeling (BIM); a minimum LEED rating of Gold; environmental, national and local code compliance; historical context. PROJECT MAGNITUDE: The maximum Estimated Cost of Construction is between $35,000,000.00 and $65,000,000.00. PROJECT DURATION: Design Phase Services 6 months and Construction 22 months (estimated) PROJECT CONSTRAINTS : There are significant time constraints for both the Design Phase Services as well as Construction (if approved). The BPA must present their business case resulting from the feasibility analysis to their executive board by Sep 30, 2010 and as such the 50% Design Documents must be completed by August 15, 2010. Therefore, a GMP must be negotiated within this time frame. The scope of the CMc contract may be limited to the Design Phase Services if BPA does not approve going forth with the construction effort. Due to expiring leases in September 2012, the construction must be completed by Jul 15, 2012 to allow time for tenant occupancy. These time constraints may require accelerated performance. MARKET RESEARCH: A survey was conducted with industry to assist in the development of the Acquisition Plan for this project. Following are the results: Delivery Method: Construction Management as Constructor (CMc) is the most appropriate acquisition approach given the phased performance. This is the preferred delivery method as it promotes team collaboration/integration, innovation, allows participation in the design, early constructability and pricing input and accelerated schedule. Contract Type: There is a preference for Guaranteed Maximum Price (GMP) vs Firm Fixed Price because it is more representative of a collaborative delivery effort and more evenly distributes cost risk.. Shared Contingency: The majority of the contractors preferred either carrying their own contingency or an owner's contingency. Contractors indicated that it was more important to provide good customer service with the possibility of repeat business rather than making a huge profit (unfair) profit on any single project. The contractors indicated that their experience has shown that projects with a shared contingency, tend to ultimately get the very best value for the dollars available. Performance Incentive/Award: There were varying opinions on this issue. Some contractors didn't believe it added much value, while others saw it a s a positive way to promote excellence in construction. There was a general consensus that a performance incentive was not a critical aspect of whether or not the project would be successful. COMPETITION: Unrestricted This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business are encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. The North American Industry Classification System Code (NAICS) is 236220, Commercial and Institutional Building Construction and the Small Business Size Standard is $33.5 million. PROCUREMENT STRATGY (Planned): The CMc contractor will be selected using Best Value Source Selection procedures pursuant to the Federal Acquisition Regulation (FAR) subpart 15.3. The procurement will be a two step process. During Phase 1, offerors will be required to submit a Technical Proposal. Evaluation factors will include Project Experience, Past Performance, and Project Management Plan to include staffing plan and key personnel qualifications. Offerors may be given an opportunity to orally present technical proposal information. Phase 1 Technical Proposals will be evaluated and ranked. Offerors will be notified of their ranking and a voluntary short list will be established. Phase 2 of the procurement process involves the submission of price to include a firm fixed price for Design Phase Services and Guaranteed Maximum Price (GMP) for the construction effort. NOTE: The construction will be a bilateral option under the contract. Offerors may be given the opportunity to present their GMP. Following evaluation of the GMP, t he contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals considering technical and non-technical factors. Discussions will be held with only the most highly rated Offerors who will be given an opportunity to submit a Final Proposal Revision (FPR). The Government will reserve the right to make an award upon the basis of the initial Phase 1 and Phase 2 offers without discussions. CONTRACT AWARD: Award will be made to the offeror that represents the Best Value to the Government based on non-price (technical) and price related factors. For this procurement the technical submission will be weighted greater than the price. GSA R10 contemplates awarding a Guaranteed Maximum Price (GMP) type contract. SOLICITATION ISSUE DATE: The RFP was issued electronically on or 03/17/2010 under Solcitiation No. GS-10P-10-LT-R0019 on the internet at: http://www.fbo.gov. SOLICITATION DISTRIBUTION METHOD: Exclusively via FedBizOpps electronic postings. No paper documents will be issued. PRE-PROPOSAL CONFERENCE: A pre-proposal conference is likely to be conducted. The conference date will be confirmed via posting in FBO at a later date. CLOSING DATE: The closing date for receipt of Phase 1 submittals is 04/16/2010. REGISTRATION: It is strongly recommended that interested parties click on "Add Me to Interested Vendors" at the bottom of the solicitation to be added to the interested vendors list for contact and networking. Additionally, it is strongly recommended that interested parties click on "Add to Watchlist" at the bottom of the solicitation to receive notification of additional postings related to this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-10-LT-C-0019/listing.html)
 
Place of Performance
Address: BPA Dittmer Building Complex, 5411 NE Hwy 99, Vancouver, Washington, 98663, United States
Zip Code: 98663
 
Record
SN02276110-W 20100912/100910235251-c6603bc6edcf56a76e40eb607a8d44a6 (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.