Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOURCES SOUGHT

Z -- CMc IDIQ Sources Sought

Notice Date
10/20/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), East Service Center (6PET), East Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P06GYD0003
 
Response Due
11/30/2005
 
Description
THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT ONLY and a solicitation does not presently exist. The Government may award up to 10 (ten) IDIQ contracts under this solicitation. Each award will be for a one-year period. There will also be four (4) additional one-year options. This notice does not constitute a commitment by the Government. This notice is issued to locate potential sources for General Services Administration (GSA) and is for informational purposes only. Note that all contractors doing business now or in the immediate future with the Federal Government must be registered in the Central Contractor Registration (CCR) database and On-Line Representations & Certifications Application (ORCA). The website for registration is www.ccr.gov and www.bpn.gov, respectively. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the FedTeDS system at www.fedteds.gov.A Government request for proposals is being developed and contract(s) may or may not result. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. This request for market research is being conducted to determine interest and capability of potential sources for this requirement and interest in attending an industry conference. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. GSA announces an opportunity for construction excellence in Public Buildings in the St. Louis, Missouri area. A future procurement will include a wide range of construction projects over the next five (5) year period, utilizing the traditional IDIQ (Indefinite Delivery/Indefinite Quantity) task order contract approach with optional CMc (Construction Managers as Constructor) services. A typical task order could contain some or all of the following: modifications to architectural components including, but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work may also include electrical systems including, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work may also include electrical systems including, but not be limited to: lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Task orders may be issued utilizing the traditional IDIQ approach or by issuing a CMc task order. GSA defines CMc as a firm that contracts directly with a building owner to provide pre-construction services as well as general construction and construction management services. The CMc will be a member of the project development team during the design and construction phases, working with GSA, GSA?s selected A-E firm and other designated GSA consultants. The CMc will provide professional, technical, administrative and clerical personnel, as needed, to perform all required services to renovate the building, including, but not limited to, those described in the future notice to be submitted to FedBizOps. It is anticipated that future services 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). The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The CMc will be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; and other disciplines, as needed. Pre-Construction Phase services shall include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering suggestions, identification of any problems or errors in the design and design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Construction Phase Services shall include, but are not limited to, renovation and conversion of the building in accordance with the specifications, administration of the construction contract and all subcontracts, coordination of regular construction meetings, CPM scheduling, maintaining of construction records including daily logs and monthly reports, monitoring of construction costs, and turnover to designated facility management staff and other required supplemental services as requested by GSA The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. The total estimated construction cost over the five (5) year period will be included in the future solicitation. It is anticipated that multiple contracts will be awarded to contractors who will be expected to complete both the traditional IDIQ general contractor duties as will as CMc duties. The type of task order, traditional IDIQ or CMc, will be determined prior to the issuance of each individual order placed under the base contract. The period of performance will consist of a twelve (12) month base period and the potential for four (4) additional one year option periods, if exercised by the Government not-to-exceed sixty (60) months. Each contract awarded will contain a guaranteed minimum amount to be identified in the solicitation. The Government will reserve their right to award future task orders based on qualifications and/or price. The Government will make contract award to the responsible offeror(s) whose proposal contains technical and cost features that provide the best overall value to the Government and conforms to the solicitation requirements and applicable regulations by a combination of price, past performance and the evaluation criteria as outlined in the solicitation. The procurement will be negotiated on a best value basis in accordance with FAR 15.101. All large businesses shall be required to submit an acceptable Subcontracting Plan and shall be agreed upon prior to contract award, which should include their respective demonstration to achieve participation goals. Your interest in this project should be submitted by completion of the Market Research Questionnaire and submitting to the contracting office address identified to the attention of Joshua Woods, no later than November 30, 2005. The applicable North American Industry Classification Code (NAICS Code) established is 236220, which sets the small business size standard at $28.5M. Contractors will be provided with the date and time of the industry forum being held in the St. Louis, Missouri metropolitan area and will be scheduled through a later FedBizOps announcement. Registration for this conference can be made by completion of the market research questionnaire, and submitted to the address identified. This information must be submitted no later than close of business on November 30, 2005. Paper copies of any future solicitation will not be made available. Once the solicitation is posted it is incumbent to any and all interested parties to review this website frequently for any updates/amendments to any and all documents.
 
Place of Performance
Address: General Metropolitan area of St. Louis, MO
Country: U.S.A.
 
Record
SN00918904-W 20051022/051020212452 (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.