Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOURCES SOUGHT

R -- Construction Management Services for the Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, NY, NY

Notice Date
6/22/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-04-DTC-0028(N)
 
Response Due
7/22/2004
 
Point of Contact
Joan Ryan, Supv. Contract Spec., Phone (212) 264-7469, Fax (212) 264-0588, - Winnie Eng, Contract Specialist, Phone 212-264-2575, Fax 212-264-0588,
 
E-Mail Address
joan.ryan@gsa.gov, winnie.eng@gsa.gov
 
Description
The General Services Administration (GSA), Northeast Caribbean Region announces an opportunity for Construction Management Services to support GSA’s Design and Construction Excellence Programs. The GSA seeks a Construction Management (CM) Firm for Design Review Phase Services (base contract), Construction Management Phase Services (option), and Post Construction Phase Services (option) for the Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, New York, NY. This work will be performed in accordance with GSA quality standards and requirements. Solicitation No.GS-02P-04-DTC-0028(N), Project No. INY04002. The building is listed on the National Register of Historic Places and is also listed as a New York City Landmark. The 718,180 gross square foot building consists of a 6-story base plus a lower lobby floor, a mechanical basement and a 26-story tower, which includes two mechanical floors at the top of the tower. The building contains twenty-three courtrooms, forty-four judges’ chambers and court-related office spaces. The building will be vacated by all the tenant agencies during the entire construction period. The Estimated Construction Cost Range for this Major Infrastructure Upgrade project is between $145,000,000 and $155,000,000. The project will include, but will not be limited to, the following: architectural historic preservation, exterior façade and window repairs, roof replacement and repairs, HVAC system replacement and upgrade, electrical power distribution/grounding system/lighting systems replacement and upgrade, emergency power system replacement and upgrade, telephone/data systems replacement and upgrade, building management system upgrade and expansion, domestic water/sanitary/storm water systems replacement, fire protection system upgrade and expansion, security screening and security system upgrades, freight elevator extension, interior space repairs incidental to the mechanical/electrical/plumbing work and projected US Courts’ housing plan growth, public restrooms modernization, building egress/circulation corrections, corridor/lobby restorations, bulk demolition/hazardous materials removal, freight/loading dock upgrades, mailroom alterations and upgrade, re-keying to a grand mastering system and signage upgrades. This is a Request for Qualifications (RFQ) of CM Firms interested in contracting for this work. The CM Firm as used in this RFQ is an association, joint venture, partnership, or other legal entity that will have a contractual responsibility for design review and construction management. Joint Ventures must clearly identify their contractual arrangement. All services under this Firm Fixed Price Contract shall be performed under the direction and supervision of professional licensed architects and/or engineers. The CM is required to have, and be proficient in the use of, Primavera and MS Project software programs. The proposed project team must have the ability to provide services for large projects involving construction, infrastructure modernization, historic preservation and hazardous material abatement. The proposed project team must have the capability to perform design review and construction management for all disciplines and specialties (i.e. architectural, civil, structural, mechanical, electrical, plumbing, fire & life safety, historic preservation, security, accessibility, hazardous materials abatement (asbestos, lead, PCBs, etc.), sustainable design & construction and cost estimating) with in-house personnel, joint venture or firm/consultant arrangements. The firms will be considered and evaluated based on demonstrated interdependency and ability of the members to provide a quality design review and construction management effort. The scope of services will include the Base Contract Design Review Phase Services, an option for Construction Management Phase Services and an option for Post Construction Phase Services. The Design Review Phase Services (base contract) will include, but will not be limited to: review of drawings and specifications for constructability and sustainability, participation in value engineering studies, recording minutes of meetings, record keeping, electronic project management, schedule control, reporting progress, meeting facilitation and attendance, submittal processing, and progress payment processing. The Construction Management Phase Services (option) will include, but will not be limited to: recording minutes of meetings, meeting facilitation and attendance, record keeping, electronic project management, project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance to contract documents, contract quality assurance, construction progress reporting, progress payment processing, change order administration, responding to information requests, contract modification preparation, claims prevention and claims processing (during construction), monitoring labor provisions, photo documentation and other services. Construction Management Phase Services will be performed in conjunction with three separate construction contracts. One contract will include bulk demolition work, a second contract will include work on the building’s exterior enclosure and a third contract will include mechanical, electrical, plumbing (MEP) and interior construction work. The Post Construction Phase Services (option) will include, but will not be limited to, claims processing, analysis and litigation support. Responses must include a composite Standard Form (SF)–330, Part I - Contract-Specific Qualifications for the proposed project team and SF-330, Part II – General Qualifications for the prime firm and each proposed consultant (if any). The SF-330 must be dated not more than twelve (12) months before the date of this synopsis. Respondent CM firms will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality design review and construction management services, capacity to follow through on all phases of a project, and proven experience and past performance. The respondent CM is required to include a narrative for each of the projects included in their submitted response for evaluation. Information on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be submitted. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this announcement. CM's are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone numbers of the project owners and A/E firms of record, contact reference persons for A/E firms of record, and owners of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on similar projects and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons other than those listed by the CM. Responses to technical evaluation criteria items 1 and 2, below shall describe three (3) modernization projects, which have been completed within the past five (5) years. At least one of these projects shall have been on a building determined eligible for, or listed in, the National Historic Register. Describe both capability and experience on the projects including: technical expertise; histortic preservation; infrastructure modernization; cost estimating; partnering; negotiating; mediating; inspection; value engineering ability; client communication, customer service, community outreach; codes and contract compliance; electronic project management; ability to control budget, schedule and quality of the design and construction. Relevant photographic or graphic examples shall be submitted (maximum of 3 pages per project). The selection will be based upon evaluation of the following technical evaluation criteria: (1) Construction Management Experience [50%] The firm shall submit a description of their construction management background and experience with three (3) modernization projects similar to the one specified in this solicitation, especially demonstrating experience with the following: A. High profile tenants and federal agencies. B. At least one project including the installation of state of the art and flexible utility systems in a building determined eligable for, or listed in, the National Historic Register. C. At least two projects of $100,000,000 or more. Describe degree of complexity of the projects and ability to control budget, schedule and quality. D. The following categories shall be addressed: Disciplines: Architectural, Civil, Structural, Mechanical, Electrical and Plumbing. Specialties: Historic Preservation, Fire & Life Safety, Security, Accessibility, Hazardous Materials Abatement (asbestos, lead, PCBs, etc.), Sustainable Design & Construction, Cost Estimating. (2) Design Review Experience [30%] The firm shall submit a description of their design review background and experience with three (3) modernization projects similar to the one specified in this solicitation, especially demonstrating experience with the following: A. High profile tenants, federal agencies and knowledge of applicable government regulations. B. At least one project including the installation of state of the art and flexible utility systems in a building determined eligable for, or listed in, the National Historic Register. C. At least two projects of $100,000,000 or more. Describe degree of complexity of the projects and ability to control budget, schedule and quality. D. Local and National Codes. E. The following categories shall be addressed: Disciplines: Architectural, Civil, Structural, Mechanical, Electrical and Plumbing. Specialties: Historic Preservation, Fire & Life Safety, Security, Accessibility, Hazardous Materials Abatement (asbestos, lead, PCBs, etc.), Sustainable Design & Construction, Cost Estimating. (3) Management & Organization [20%] A. Address management philosophy toward client satisfaction and teamwork, resolving issues and professional responsibility. B. Describe management approach to performing the work, including: managemeat plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. C. Address the capability of staffing the project with qualified CM (and CM consultant) personnel in relation to their work load fluctuations, ability to meet schedules andability to effectively respond to the work. D. Discuss planning for this contract and current workload, office equipment to accommodate the firm’s Computer Aided Design (CAD) System & software and specification software compatibility with GSA Northeast and Caribbean Region. The GSA Screening/Slate Selection Board will screen the qualifications and performance record of the CM submittals and will short list a minimum of three firms for interviews and further evaluation by the GSA Evaluation Board. Consideration will be limited to firms having an existing active construction management practice in the State of New York. The successful offeror will be required to staff an office at the job site for the duration of the construction phase. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CM (if not a small business of $28.5M gross average sales receipts for the past three years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39 percent for small businesses, 6 percent for small disadvantaged businesses, 5 percent for women-owned small businesses, 3 percent for HUBZone businesses, and 3 percent for service-disabled veteran-owned businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the selected firm’s proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with the small business categories listed above as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small business, small disadvantaged business, women-owned small business, HUBZone business, and service-disabled veterans business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. A Scope of Work may be obtained from Joan Ryan, Contracting Officer at 212-264-7469. Email address: joan.ryan@gsa.gov. Any questions may also be addressed to Ms. Ryan. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting (5) copies of all documents required (including SF-330, Part I- Contract Qualifications and Part II – General Qualifications, along with a cover letter of interest) to General Services Administration, 26 Federal Plaza, Room 18-130, New York, New York 10278 by 4:00 p.m., local time on July 22, 2004. The following information must be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-04-DTC-0028(N)/ Construction Management Svcs. For an Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, NY, NY , 2) Due Date: July 22, 2004, 3) Closing Time: 4:00 P.M. Late responses are subject to FAR Provision 52.214-7. This contract will be procured under the Brooks Act and FAR Part 36. Submissions delivered to the issuing office will not be accepted. Award of the contract is contingent upon funding approval. This is not a Request for Proposal. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/2PCB/GS-02P-04-DTC-0028(N)/listing.html)
 
Place of Performance
Address: Thurgood Marshall U.S. Courthouse, 40 Centre Street, New York, NY
 
Record
SN00607964-F 20040624/040622212551 (fbodaily.com)
 
Source
FedBizOpps.gov 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.