Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
MODIFICATION

Y -- Construction Manager as Constructor (CMc) for the Derby Line, Vermont Land Port Entry New Constrution

Notice Date
1/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01-P-16-BW-C-7001
 
Point of Contact
Gregory Oprian, Phone: 312-353-3476, Alexandria L. Kelly, Phone: 617-565-5724
 
E-Mail Address
gregory.oprian@gsa.gov, alexandria.kelly@gsa.gov
(gregory.oprian@gsa.gov, alexandria.kelly@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA), New England Region 1, announces an opportunity to provide Construction Manager as Constructor (CMc) services for the Derby Line, Vermont Land Port of Entry, located on Interstate 91, in Derby Line, Vermont. The scope of CMc services under this proposed contract includes Design Phase Services and Construction Phase Services. The CMc will be competitively chosen using Source Selection (FAR 15) procedures. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and the evaluated price. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include Experience in providing Design Phase Services and Construction Phase Services on similar projects; Project Management Plan/Approach; Qualifications and Experience of Key Personnel; Past Performance in providing Design Phase Services and Construction Phase Services on similar projects. The Contractor must demonstrate their compliance with CAS through the submittal of all disclosures in accordance with FAR 52.230-1, Cost Accounting Standards Notice and Certifications and FAR 52.230-7, Proposal Disclosure - Cost Accounting Practice Changes. Cost Accounting Standard (CAS) compliance shall represent a go/no-go evaluation factor. 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 $15,000,000 to $25,000,000, firms must have bonding capacity within this range. The Design Phase Services is anticipated to commence upon award of the contract on or about March 28, 2016. The Optional Construction Phase Work is anticipated to be awarded on or about June 2016, with a performance period of approximately 900 calendar days. Project Summary: The existing Land Port of Entry (LPOE) facility is located in Derby Line, Vermont, and is bounded by northbound I­91, Caswell Avenue, and the southbound I­91 on/off ramp. This site is approximately 4.5 acres with 3 acres of impervious surfaces. The total square footage of the project is approximately 30,000 GSF and will include replacement of; the existing Commercial Inspection Building (CIB), the Main Port Building (MPB); and the Noncommercial Secondary Inspection Building; all inspection booths and primary and secondary inspection canopies; new bus lane, new local access drive; along with site improvements, and new HVAC, electrical, utility, and security systems. Port operations will be continuous 24/7/365 throughout all construction phases on a very constrained site. The CMc shall be a member of the project development team during the design and construction phases. The CMc selected for this project shall work along with the GSA and GSA's selected Architect and Engineer (A/E) firm, Commissioning Agent (CxA), and Construction Manager as Agent (CMa). The services requested of the CMc shall cover a wide range of design and construction activities, such as: constructability reviews, cost estimating, work phasing reviews, scheduling and general construction services. The CMc is at risk and is responsible for involvement in the project development and administration of the construction. 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 Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, 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. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Services. The Contractor is required to complete the Design Phase Services for the firm-fixed-price set forth in the Contract Price Schedule. If the Government exercises the option for the Construction Phase Services, the contractor shall complete the Construction Phase Services at or below the Guaranteed Maximum Price (GMP). GMP is the equivalent of the ceiling price described in FAR 16.403-2. At contract award, the GMP for the contract is established as the sum of the target Estimated Cost of the Work (ECW), the CMc Contingency Allowance (CCA) and the Fee for the Construction services work. Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. The solicitation package will be available on or about December 28, 2015. The solicitation package will only be available electronically. Potential Offerors will be responsible for downloading the solicitation from the FedBizOpps website, https://www.fbo.gov, and for monitoring for possible amendments and/or additional information. A pre-proposal conference and site-visit will be held on Tuesday, January 12, 2016, in Derby Line, Vermont. Along with this synopsis a Pre-Proposal Registration Form is included, and anyone interested in attending the pre-proposal conference shall complete the form and submit it to the Contracting Officer, Alexandria Kelly, at alexandria.kelly@gsa.gov no later than January 8, 2016 at 1:30PM Eastern Standard Time. If you already submitted a Pre-Proposal Registration Form that will be applicable to the January 12, 2016 Per-Proposal Meeting. Please note, the number of people attending, per company/team, will be limited to two individuals. 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. Already submitted Pre-Proposal Registrations will be applicable to the revised pre-proposal conference and site visit date. The offers are due on February 1, 2016 at 1:00 pm (Eastern Standard Time). All responsible sources may submit a bid/proposal which shall be considered by the agency. In order to be eligible for award offerors are required to provide electronic representations and certifications in System for Award Management (SAM) accessed via https://www.acquisition.gov. An award is anticipated on or about March 28, 2016. Any questions regarding this notification should be directed to the Contract Specialist, Alexandria Kelly, at alexandria.kelly@gsa.gov and Contracting Officer Gregory Oprian, at gregory.oprian@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01-P-16-BW-C-7001/listing.html)
 
Place of Performance
Address: Derby Line I-91 Land Port of Entry, Derby Line, Vermont, 05830, United States
Zip Code: 05830
 
Record
SN03986216-W 20160109/160107235155-e2a8f9f811d20c68b667a2d364375edd (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.