Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

Z -- John C. Kluczynski Federal Building Tenant Office Buildout

Notice Date
7/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
GS05P17GBC0003
 
Archive Date
9/8/2017
 
Point of Contact
Kathern M. Williams, Phone: 3128861060, Alexandra M Huber, Phone: 3128065027
 
E-Mail Address
kathern.williams@gsa.gov, alexandra.huber@gsa.gov
(kathern.williams@gsa.gov, alexandra.huber@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide Construction Manager as Constructor (CMc) services for the Tenant Office Build-outs and General Building Modifications at 230 S. Dearborn Street, Chicago, IL. The scope of CMc services under this proposed contract includes Design Phase Services and one (1) option for Construction Phase Services. These options include: Option 1 – Build-out of the office space for a Federal Agencies This will be a small business set aside procurement. 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; and Past Performance in Providing Design Phase Services and Construction Phase Services on similar projects. 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 between $7,000,000 and $12,000,000. The Design Phase Services is anticipated to commence upon award of the contract on or about September 20, 2017. The Optional Construction Phase Work is anticipated to be awarded on, or about, February 1, 2018, with a performance period of approximately 364 calendar days. Project Summary: The General Services Administration (GSA) intends to construct office space for multiple Federal Agencies at the John C. Kluczynski (JCK) Federal Building. The scope includes the construction of office space on the multiple floors of the JCK. The build-out of each floor will happen simultaneously. 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, and, if applicable, the 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. There is one (1) option for the 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). Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. 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, or about, July 31, 2017 in Chicago, Illinois. 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, Kathern Williams, at kathern.williams@gsa.gov, and Contract Specialist, Alexandra Huber, at alexandra.huber@gsa.gov, no later than Monday, July 28, 2017 at 2:00PM Central Standard Time. 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. The offers are due on, or about, August 24, 2017 at 2:00 pm. (Central 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 September 20, 2017. Any questions regarding this notification should be directed to the Contracting Officer, Kathern Williams, at kathern.williams@gsa.gov, and Contract Specialist, Alexandra Huber, at alexandra.huber@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6af46173c423fd3b32a6b95bb2f1731b)
 
Place of Performance
Address: 230 S. Dearborn Street, Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN04583594-W 20170720/170718234610-6af46173c423fd3b32a6b95bb2f1731b (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.