Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOURCES SOUGHT

Z -- Construction Manager as Constructor (CMc) Services for the Arthur J. Altmeyer Modernization and Robert M. Ball Swing Space Renovations at the SSA Complex in Woodlawn, Maryland. - Response Form

Notice Date
12/12/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
JEE-GS-03-P-17-DX-SS-0001
 
Archive Date
1/14/2017
 
Point of Contact
James Eckhardt, Phone: 2154465765, Raymond Porter,
 
E-Mail Address
james.eckhardt@gsa.gov, raymondj.porter@gsa.gov
(james.eckhardt@gsa.gov, raymondj.porter@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Response Form THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, construction management firms; including large and small businesses for the anticipated solicitation for Construction Manager as Constructor (CMc) Services for the Arthur J. Altmeyer Modernization and Robert M. Ball Swing Space Renovations at the SSA Complex in Woodlawn, Maryland. The location of performance is: Social Security Administration Complex 6401 Security Boulevard Baltimore, MD 21235 This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. General Description of CMc Scope of Services: This scope of services is for Construction Manager as Constructor (CMc) Services to manage and execute a construction project utilizing the Construction Manager as Constructor (CMc) project delivery method. The Government contemplates the use of a Construction Manager as Constructor (CMc) Guaranteed Maximum Price with Construction Contingency Allowance and Shared Savings contract. The Construction Manager as Constructor (CMc) project delivery method is sometimes also known as the Construction Manager at-Risk project delivery method. The CMc delivery method typically includes the following stages and services; A.Design Stage: The Design Stage consists of the following three phases: Design Concept, Design Development, and Construction Documents. The following services are typical requirements that the contractor may need to provide throughout the Design Development, and Construction Documents phases: 1.Program Review Meetings; 2.Consultation/Project Progress Meetings/Presentations; 3.Design Submissions and Reviews; 4.Cost Management, Estimating and Reconciliation; 5.Value Engineering; 6.Construction Work Allocation Plan; 7.Art in Architecture and/or Fine Arts Coordination; 8.Historic Preservation and Environmental Compliance; 9.Construction Work Sequence Plan; 10.Design Development Phase; and 11.Construction Document Phase B.Construction Stage: The following services are typical requirements that the contractor may need to provide throughout the construction stage 1.Construction Commencement; 2.Early Work Packages; 3.Construction Administration; 4.Construction Excellence Peer Reviews; and 5.As-Built Drawings C.Turnover Stages: The following services are typical requirements that the contractor may need to provide throughout the turnover stage 1.Participate in Pre-Final walk-throughs; 2.Prepare Punch-lists; 3.Prepare Operation and Maintenance Manuals; 4.Submit Warranties, Guarantees, and Certificates; and 5.Preparation for Tenant Occupancy Synopsis of Requirement The Arthur J. Altmeyer project scope consists of removal and replacement of the exterior cladding, interior finishes, mechanical, electrical and plumbing (MEP) systems, stairs and elevators, stripping the building down to the existing reinforced concrete frame. The project also consists of Hazmat abatement. The primary shafts (the stairs, elevators and other building systems risers) will be re-configured to suit modern requirements and a revised layout. The modernized building will incorporate sustainable design principles, efficient space planning, innovative technologies, and contemporary interior design to transform the building into a model workplace that is responsive to the existing building architecture. The mechanical plant in the basement will remain operational throughout construction. The project will also consist of modernization of the auditorium connected to the Altmeyer Building. The Robert M. Ball building swing space renovation will consist of renovating approximately 70,000 square feet of existing office space. Project scope will consist of MEP and interior renovations, with construction of private and open office space. Cost Accounting Standards The use of a GMP type contract is the equivalent of the ceiling price described in FAR 16.403-2. Therefore Cost Accounting Standards (CAS) prescribed in FAR part 31 will apply to this requirement and all potential offerors must present evidence of CAS compliance. This requirement may be waived only if it is determined by the contracting officer that it would have an adverse effect on competition. Size Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. Magnitude of Construction The order of magnitude for the contemplated acquisition is between $90,000,000 and $120,000,000.00. Selection Procedures The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Required experience to be considered as a viable source for the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a Guaranteed Maximum Price (GMP) contract awarded to your firm as prime contractor utilizing the Construction Manager as Constructor (CMc) project delivery method. The work should include managing multiple subcontractors, working in occupied buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be similar in scope and complexity, valued greater than $50,000,000.00, and have been completed within the past five (5) years. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than three completed contracts which meet the criteria above. (3) Describe your firm's ability to obtain a bid bond up to 20% of the maximum order of magnitude and performance and payment bonding to 100% of the maximum order of magnitude. The maximum order of magnitude is $120,000,000.00 for a single contract. (4) Demonstrate evidence that you either have or will be able to obtain CAS compliance or certification from a Certified Public Accountant (CPA) your firm's accounting system provides for the following: •The accounting system is in accordance with GAAP. •There is proper segregation of direct costs and indirect costs. •There is proper identification and accumulation of direct costs by contract. •There is a labor time distribution system that charges direct and indirect labor appropriately. (5) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit their response form (see attached) addressing the above requested information to Mr. James Eckhardt, Contract Specialist. Please email your response to james.eckhardt@gsa.gov by December 30, 2016 2:00pm, Eastern Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/JEE-GS-03-P-17-DX-SS-0001/listing.html)
 
Place of Performance
Address: Social Security Administration Complex, 6401 Security Boulevard, Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN04349477-W 20161214/161212234524-a6ccb545ac374512e0588820fdf7a926 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.