Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
MODIFICATION

56 -- New Des Moines Federal Courthouse CMc - Amendment 1

Notice Date
8/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Division (6PC), Acquisition Branch (6PCA), 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
 
ZIP Code
64131
 
Solicitation Number
6P1QW-17-1001
 
Point of Contact
Michael P. Flanigan, Phone: 816-823-4912, Adam Sawatzke,
 
E-Mail Address
michael.flanigan@gsa.gov, adam.sawatzke@gsa.gov
(michael.flanigan@gsa.gov, adam.sawatzke@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
IA0089ZZ CMc Presolicitation Synopsis 170809 Solicitation #: 6P1QW-17-1001 Procurement Type: Presolicitation Title: New U.S. Courthouse in Des Moines, Iowa Classification Code: Y Construction of structures and facilities NAICS Code: 236220 Commercial and Institutional Building Construction Is this a Recovery and Reinvestment Act Action?: No Primary Point of Contact.: Michael P Flanigan | Contracting Officer, General Services Administration (GSA), 2300 Main Street, Kansas City Missouri 64108, Phone | 816.823.4912, Email | michael.flanigan@gsa.gov Description: The General Services Administration (GSA) intends to construct a new U.S. Courthouse in Des Moines, Iowa. The government will utilize the "Construction Manager as Constructor (CMc)" also known and "Construction Manager at Risk" or "Guaranteed Maximum Price (GMP)" as the project delivery method. The CMc contractor shall provide a new courthouse on a government-owned site in Des Moines, Iowa and will be approximately 229,000 gross square feet including 42 inside parking spaces. These construction services shall be performed at a Guaranteed Maximum Price (GMP). The award will be made using FAR part 15. 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 proposal conforms to the solicitation and offers the best value to the Government, considering the price and nonprice factors. Competitive proposals shall be evaluated based on the factors specified in the solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than price. Below are the technical factors: (1) Past Experience (2) Past Performance (3) Management Approach (4) Project Management Plan (5) Key Personnel (6) Project Schedule (7) Experience In The Geographic Area (8) Project Labor Agreement (9) Small Business Utilization Important Notes: (1) In accordance with FAR 28.102-2, both a performance and payment bond will need to be furnished by the successful offeror after award of the contract. Both bonds shall be valued at 100 percent of the contract price. (2) In accordance with FAR 30.201, award may only be made to an offeror that is fully compliant with regard to their Cost Accounting Standards. Therefore, the Contractor must demonstrate their compliance with Cost Accounting Standards (CAS) through the submittal of all disclosures in accordance with FAR 52.230­1, Cost Accounting Standards Notice and Certifications and FAR 52.230­7, Proposal Disclosure ­ Cost Accounting Practice Changes. Award shall not be made to any contractor that is not CAS compliant. This procurement will follow the advisory multi-step process in accordance with FAR 15.202. It is anticipated that the technical evaluation factors will be broken down by phase as follows: Step I: (1) Past Experience (2) Past Performance (3) Management Approach Upon completion of the evaluation of Step I proposals, an advisory shortlist will be developed. All offerors will be notified as to whether their firm was included on or excluded from the advisory shortlist. It shall be noted that exclusion from the advisory shortlist shall not preclude offerors from submitting a Step II proposal. Step II: (1) Project Management Plan (2) Key Personnel (3) Project Schedule (4) Experience Working In The Geographic Area (5) Project Labor Agreement (6) Small Business Utilization Offerors shall also be required to submit a price proposal under Step II. The estimated total construction cost for the project falls within the range of $95,000,000.00 and $105,000,000.00. Award is anticipated to be made for design phase services with an option for construction phase services. Design phase services are anticipated to commence upon award of the contract on or about March 2018. The Optional Construction Phase Work is anticipated to be awarded on or about January 2019, with a performance period of approximately 1625 calendar days. A pre-proposal conference will be held in September 2017. Additional details will be provided with the solicitation. Small businesses are highly encouraged to attend. Prior notification of attendance to this conference is mandatory. Please provide your company name and all potential attendees' full names to michael.flanigan@gsa.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fbo.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation will only be available electronically. It will be available on or about August 29, 2017. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. For additional registration information, visit the FedBizOpps website, www.fbo.gov. Inquiries concerning the project should be directed to the following email address: michael.flanigan@gsa.gov and reference the solicitation number in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4240c78f84b8876782bb98ab3841d638)
 
Place of Performance
Address: Des Moines, Iowa, 50309, United States
Zip Code: 50309
 
Record
SN04621013-W 20170811/170809232953-4240c78f84b8876782bb98ab3841d638 (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.