Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

Y -- CONSTRUCTION MANAGER AS CONSTRUCTOR

Notice Date
7/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Construction & A/E Acquisition Division (4PG), 401 W. Peachtree Street, NW, Room 2513, Atlanta, Georgia, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-08-EX-C-0119
 
Point of Contact
Valerie Riecke Smith,, Phone: 404-224-2279, Swindale Rhodes,, Phone: 404-331-4620
 
E-Mail Address
valerie.riecke@gsa.gov, swindale.rhodes@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE FOR CONSTRUCTION EXCELLENCE FOR A NEW U.S. FEDERAL BUILDING AND COURTHOUSE IN TUSCALOOSA, ALABAMA, SOLICITATION NO. GS-04P-08-EX-C-0119. The Real Estate, Design and Construction Organization in the Southeast Sunbelt Region of Public Buildings Services of the U.S. General Services Administration (GSA) is presently soliciting proposals from qualified Offerors desiring to compete in the procurement process for the subject construction project. The project delivery method being used is the Construction Manager as-constructor (herein referred to as CMc). A Construction Manager as-constructor provides design phase services and construction phase work. GSA intends to contract for Design Phase Services with an option for Construction Phase Work for a new federal building and courthouse in Tuscaloosa, Alabama, with the CMc that offers the best overall value to the Government. Design Phase Services is expected to commence upon award of the contract in the 1st Quarter FY09. The Optional Construction Phase Work is anticipated to commence in 3rd Quarter FY10. The proposed new federal building and courthouse will be constructed in the central business district of Tuscaloosa, Alabama. The project is approximately 127,376, gross square feet with 21 inside secure parking spaces and 45 exterior secured surface parking spaces. The new building will house a mix of client agencies including District and Bankruptcy Courts, Probation, Federal Bureau of Investigation, Social Security Administration, U.S. Attorneys, the United States Marshal Service, and Congressional Offices. The guaranteed maximum price for this project is $47,800,000 based on FY10 funding for combined services (Design Phase Services and Construction Phase Work.). The North American Industry Classification System Code(s) (NAICS) for this procurement is 236220. The project will be designed and constructed in Metric Units of Measure. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. At the time of contract award, the project will be in the final design phase. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Work. The Construction Phase Work is an option. The CMc is required to complete the Design Phase Services for the firm-fixed-price presented in the procurement process. At any time during or after design phase services, the Contracting Officer may request that CMc provide a firm-fixed-price proposal for the Construction Phase Work. The Contracting Officer shall have the right to convert the Contract to a firm-fixed-price contract at the offered price or as otherwise negotiated by the parties to this Contract, so long as such price is less than or equal to the GMP. If the parties to this Contract negotiate and establish a firm-fixed-price prior to the exercise of the Construction Phase Work Option, then the Contracting Officer shall have the right, but not the obligation, to exercise the firm-fixed-price option within 120 calendar days of the establishment of that price. Design Phase Services include, and are not limited to, preliminary evaluation of the Architect of Record design development documents; review and evaluation of the Architect of Record construction document submissions for constructability; review and evaluation of all Architect of Record cost estimates; reconciliation of all cost estimates; participation in all construction document team meetings; value engineering suggestions; identification of any problems or errors in the design and design documents; consultation during design document production; preliminary project schedule development; identification of long-lead items, independent pricing of design document phase and construction document phase submittals; preliminary cost estimates; development of subcontractor and supplier interest; and, establishment of firm-fixed pricing. The CMc shall possess a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. 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. Most importantly, the CMc shall have complete responsibility for the construction of the facility, should the Option for Construction Phase Services be awarded. Construction Phase Work includes, and are not limited to, construction of the building; project scope management; selection and procurement of all necessary subcontractors; administration of the construction contract (how much work is performed with the CMc's own forces or under subcontract); administration of the construction contract and all subcontracts; coordination of regular construction meetings; critical path method (CPM) scheduling and schedule control; maintaining construction records including daily logs and monthly reports; monitoring construction costs; progress reporting; conducting and coordinating inspections and testing to ensure proper functioning of the building; participation of Alternative Dispute Resolution partnering consultant; coordination of commissioning and turnover to designated facility management staff and tenants; performing closeout procedures; and, all other required services necessary for a complete and sustainable building. The CMc is a member of the project team during the design and construction phases, along with GSA as the public owner; GSA's Construction Manager as-agent; GSA's selected architecture and engineering firm and Architect of Record; GSA's building commissioning firm; GSA's security consultant, and other consultants. The CMc shall be required to assign, as needed, a team consisting of, and not limited to, 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 to perform the services described herein. A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being weighed more heavily than price. This is an advisory procurement that consists of two stages. In Stage 1, Pre-Solicitation Notice, Offerors will present their bonding certification and qualifications by submitting information on their related experience providing design phase services and construction phase work. Those selected on the Stage 1 shortlist (no more than five (5) Offerors) will be invited to participate in Stage 2, Request for Proposal, of the procurement and will be asked to provide technical proposals and price. The Stage 2 proposals will be scored according to the technical evaluation factors. The technical proposals will be reviewed and evaluated prior to and separately from the review of the price proposals. GSA intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's proposal(s) in Phase(s) 1 and 2 should contain the Offeror's best terms. GSA reserves the right to conduct discussions and perform interviews if the Contracting Officer later determines them to be necessary. Proposals will be evaluated using an Advisory Multi-step Process as specified in FAR 15.202. Firms responding to the Stage 1 Pre-Solicitation Notice must submit information regarding the Offeror's experience. Submissions shall clearly address the rating factors identified in the announcement. A Source Selection Evaluation Board (SSEB) will evaluate the submissions to identify Offerors with the potential to be viable competitors. The Contracting Officer shall advise respondents considered not to be viable competitors of the general basis for that opinion. No more than five Offerors will be permitted to proceed with Stage 2. GSA shall inform all Offerors that, notwithstanding the advice provided by the SSEB in response to their submissions concerning their viability, they may participate in the resultant acquisition. The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating whether an Offeror is a viable competitor for this procurement. This determination of viability is done based on Offeror's responses to the Stage 1 Pre-Solicitation Notice. Interested Offerors are required to submit bonding certification of their ability to perform at the guaranteed maximum price of $47,800,000, and are required to be licensed general contractors. Licensed general contractors having the minimum bonding capacity are invited to respond to this Stage 1 Pre-Solicitation Notice by submitting one (1) original and six (6) copies of the required technical information. The submission should be in an 8-1/2" x 11" bound format and should be organized to correspond with the evaluation factors listed below. Standard Form 330 may be utilized, but is not required. The total pre-solicitation notice submission should not exceed 20 one-sided 8-1/2"x 11" pages or 10 double-sided 8-1/2"x 11" pages (not including Table of Contents or Section Separators), with one-inch margins, and in a font not less than 12-point in size. Font style is optional. All proposals must be current, reflecting a date not more than one year prior to the month of this notice. Description: These factors consider the experience of the Offeror in successfully completing similar projects. "Similar" is defined as new construction of multi-story (2-story minimum) buildings of a minimum of 100,000, gross square feet. These structures can include courthouses, hospital facilities, casinos, Class A office space, research laboratories, government-owned buildings, or major renovations of such similar projects, with a construction cost of a minimum of $25 million. The SSEB will be limited to reviewing only projects of similarity for purposes of experience. Factor 1 Experience in providing design phase services on similar projects. a) Demonstrate experience on at least one (1) project(s) completed within the past eight (8) years in excess of $25 million in construction cost and a minimum of 100,000, gross square feet, in which the Offeror provided design phase services similar to those required under this project. Include type of project delivery method, and the type of fee structure on the project(s). Provide names, mail addresses, e-mail addresses, telephone numbers of two members of the owner's project team for each of the projects presented. References will be contacted. b) Briefly describe the successful delivery of the completed project(s) presented in Factor 1(a) within the established schedule and budget. Relate those in type and scope to this project. Sub-factor b) is worth twice as much as subfactor a) under Factor 1. Factor 2 Experience in providing construction phase work as a prime contractor on similar projects. a) Demonstrate experience on at least three (3) projects completed within the past eight (8) years in excess of $25 million in construction cost and a minimum of 100,000 gross square feet, in which the Offeror provided construction phase work similar to those required under this project. Include type of project delivery method, and the type of fee structure on the project(s). Provide names, mail addresses, e-mail addresses, telephone number of two members of the owner's project team for each of these projects. References will be contacted. b) Briefly describe the successful delivery of the completed projects presented in Factor 2(a). Relate those in type and scope to this project. Provide the construction contract award amounts and describe how the budgets were maintained. Describe the nature of any changes that altered the construction contract award amounts. Describe how the schedules were maintained. If there were schedule deviations, describe how the baseline schedules differed from the actual schedules. Demonstrate your successes in creating and maintaining non-adversarial relationships. Demonstrate your successes in creating and maintaining subcontracting goals. Sub-factor b) is worth twice as much as sub-factor a) under Factor 2. Factor 2 is worth twice as much as Factor 1 in Stage 1 Pre-solicitation Notice. The Stage 1 Pre-Solicitation Notice factors are independent of the factors in the Stage 2 Request for Proposal and will be used to evaluate an Offeror's viability based on its submissions to the Stage 1 Pre-Solicitation Notice. Stage 2 proposals will be evaluated according to technical evaluation factors and price. The technical proposals in Stage 2 will be reviewed prior to the SSEB's review of price proposals. As part of the Stage 2 evaluation, the Contracting Officer and SSEB may conduct interviews. Final selection will be made based on technical factors being weighted significantly more than price. No more than five (5) Offerors will be selected to submit in Stage 2. The Offerors must use projects submitted in Stage 1 to respond to Stage 2 evaluation factors. Offerors will be advised of technical deficiencies and significant weaknesses noted by the technical advisors and the SSEB, prior to review of the price proposals, and given an opportunity to correct the deficiencies, if the SSEB deems this to be in the interest of GSA. Firms may be interviewed at GSA's Region 4 offices in Atlanta, Georgia, by members of the SSEB, and final selection will be made based on the technical evaluations and on price (represented by the Offeror's proposal for Design Phase Services and Construction Phase Services.) The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating Stage 2 proposals. The factors in Stage 2 are equally weighted. Factor 1 considers past performance in providing design phase services on similar projects. Factor 2 considers past performance in providing construction phase services as a prime contractor on similar projects. Factor 3 considers qualifications and experience of key personnel. Factor 4 considers the management plan. And Factor 5 considers the proposed approach for successful and meaningful participation and performance during the design phase. Stage 2 also requires Offerors to present the resources and facilities available to the CMc to accomplish this project, and to indicate their intention to submit a subcontracting plan for this project that provides for participation by small business concerns (Goal 39%), hubzone small business concerns (Goal 3%), small disadvantaged business concerns (Goal 6%), women-owned small business concerns (Goal 5%), and service-disabled veteran-owned small business concerns (3%). Interested firms must send their submittal, no later than 2:00 PM EST on Wednesday, August 20, 2008, to Valerie Riecke Smith, Contracting Officer, General Services Administration, Acquisition Management Division (4PGA), Suite 2500, 401 West Peachtree Street N.W., Atlanta, Georgia, 30308. A Pre-Proposal Conference and Industry Day will be held on Monday, July 28, 2008, in Tuscaloosa, Alabama. The location of the Pre-Proposal Conference and Industry Day (Networking Session) will be sent by an update at least 7 calendar days prior to the date. Industry Day allows for the exchange of information between the small business community and potential prime contractors to facilitate marketing, employment and business ventures opportunities. Prior to award of this contract to a large business, an acceptable subcontracting plan will be required in accordance with FAR Part 19, which demonstrates a proactive effort to achieve the following minimum small business goals for all subcontracted work: All submittals must clearly indicate the solicitation number (GS-04P-08-EX-C-0119) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. Be advised that, due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand-deliver submissions should take this into consideration.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=484526eb0889aef7f59ce23eb27dd43c&tab=core&_cview=1)
 
Place of Performance
Address: General Services Administration, Acquisition Management Division (4PGA), 401 West Peachtree Street N.W., Atlanta, Georgia, 30308, United States
Zip Code: 30308
 
Record
SN01605843-W 20080704/080702220316-484526eb0889aef7f59ce23eb27dd43c (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.