Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2011 FBO #3428
SOURCES SOUGHT

Z -- 2nd - GSA Region 6: Construction Management (CM) Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract

Notice Date
4/12/2011
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial 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
MO-IA_CM_Multiple_Award_IDIQ_All_SB_Concerns
 
Archive Date
5/12/2011
 
Point of Contact
Charla R. Wells-Okoro,
 
E-Mail Address
charla.wells-okoro@gsa.gov
(charla.wells-okoro@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This notice of intent is not a request for competitive proposals and will not result in a contact award. This is a sources sought synopsis is for Small Business concerns only. No solicitation exists. This sources sought synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. The General Services Administration, Public Buildings Service, Heartland Region, is conducting a sources sought for all Small Business with the capabilities of providing Construction Management (CM) services for the States of Iowa and Missouri. The specific geographical areas are 1) State of Iowa (Excluding the cities of Council Bluffs and Sioux City, Iowa), and 2) the State of Missouri east of Columbia, Missouri. Firms must be able to perform in both of the specific geographical areas. Additionally, the GSA will reserve the right to issue orders for all of Region 6 (Kansas, Iowa, Missouri, and Nebraska). Contract Type: GSA anticipates the award of a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for CM services. The period of performance will be for one (1) year with four (4) additional 1-year option periods. Task orders will be issued under the IDIQ contract for the specific geographical areas listed above. The minimum guarantee amount of $1,000 is to be awarded in the base contract period. As needed, it is anticipated that the majority of individual work orders are for construction costs estimated to be from $150,000 to $3,000,000, including any future prospectus or ARRA needs. The annual estimated magnitude for all work orders in a one year period is between $1,000,000-5,000,000. The estimated maximum contract value (base plus 4 one-year options) for each contract awarded is $25,000,000. Geographical Area Familiarity: Most of the work associated with this contract will be located in the Des Moines, IA and Saint Louis, MO metropolitan areas. While GSA does not require an office to be located within the geographical area an understanding of construction trade practices in the area is essential for construction management. Firms must provide, in their capabilities statement, a narrative stating their knowledge and experience in conducting business in specific geographical area this contract will service. CM Past Performance: In order to be considered for award contractors must be capable of demonstrating acceptable past performance and experience providing construction management services. Type of Work under the Contract: The major function of this contract will be construction management services, including but not limited to the following types of projects: • Pre-Design Phase Services • Review of Designs, Schedule, and A/E Cost Estimates • Bid Package Preparation and Market Surveys • Supervision • Estimating • Construction Inspection • Administration • Commissioning • Claims Services • Post Construction Services • Testing and other Services for the Administration of the Construction Contract as Outlined Herein. Any one or combination of these services may be required for individual work orders. Each work order shall describe which services are required. Individual work orders may require some services as a base proposal and some services as option to work orders (options may or may not be exercised at the Contracting Officer's discretion. Note: Multiple work orders may be placed simultaneously in various areas throughout the Heartland Region. Contractors must be prepared to demonstrate having the staffing and ability to perform all work requirements. Design and the preparation of construction documents for repair/alteration, and tenant finish projects for the General Services Administration and other Government agencies in occupied federally owned or leased office buildings. Typical projects may include repair, improvement, remodeling of building interior space, and building systems and features, including but not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, elevators, environmental, and roofing components/systems. Types of Services Required Under the CM IDIQ Contract: In the required Capabilities Statement, a firm must support the following: 1. Design Review: The reviewer shall be a graduate of a credited architectural/engineering curriculum, have a minimum of 5 years experience indicative of growth in competency and achievement, and possess the following skills and abilities. a) Ability to communicate effectively, orally and in writing. Experience in preparing written reports, correspondence, briefing clients and management personnel. b) Knowledge of local and national codes. c) Knowledge of construction methods and techniques. d) Ability to perform and evaluate engineering economic analyses, and to evaluate proper systems to meet scope requirements. e) Ability to interpret engineering/architectural plans and specifications, and coordinate them. f) Familiarity with the manufacturer's products. g) Familiarity with removal/disposal of hazardous material such as asbestos, lead paint, PCBs, etc. 2. Construction Executive: The CEX shall be a graduate of an accredited architectural/engineering or construction management curriculum, have a minimum of 10 years experience indicative of growth in competency and achievement and posses the following minimum capabilities: a) Ability to communicate effectively, orally and in writing. 1. Experience in preparing written reports, correspondence, and maintaining construction project records. 2. Experience conducting meetings to resolve problems on construction projects, briefing clients and management personnel. b) Knowledge of local and national codes. c) Knowledge of construction methods and techniques. d) Ability to perform and evaluate engineering economic analyses, and evaluate proper systems to meet scope requirements. e) Ability to interpret engineering/architectural plans and specifications and coordinate them. f) Familiarity with the manufacturer's products. g) Knowledge of safety practices in the construction industry, including specifically, a background that indicates familiarity with OSHA safety requirements on construction projects. 3. Construction Inspection (Technician Level): (General, mechanical, and electrical). Inspectors shall be journeyman level with 5 years specialty experience in the work to be installed under the contract, and possess the following minimum knowledge, skills and abilities: a) Ability to communicate effectively, orally and in writing. 1. Experience in preparing written reports, correspondence, and maintaining construction project records. 2. Working knowledge of typical computer software applications (Microsoft Word, Excel, etc.). 3. Experience in conducting meetings to resolve problems on construction projects, briefing clients and management personnel. b) Knowledge of construction practices and techniques, including experience in proper installation methods of construction materials in its area or expertise. c) Ability to interpret engineering and architectural plans and specifications, including experience in interpreting construction drawings and specifications on construction projects. d) Ability to compute construction costs for changes, and experience in making material takeoffs of construction work, pricing the value of that work and negotiating equitable contract adjustments. e) Ability to inspect materials, workmanship, and construction and installation of various systems, and experience in inspection or construction materials, workmanship, and installation of systems (such as fire alarm systems) within its area of expertise. f) Knowledge of safety practices in the construction industry, including a background on familiarity with OSHA safety requirements on construction projects. 4. Engineering Staff: Inspection engineers shall be journeyman level with 5 years specialty experience in the work to be installed under the contract, and possess the following minimum knowledge, skills and abilities: a) Graduate of a credited architectural or engineering school with a Bachelor of Architecture, or Bachelor of Science degree. b) Ability to communicate orally and in writing. c) Experience in preparing written reports and correspondence, and maintaining records. d) Working knowledge of typical computer software applications (Microsoft Word, Excel, etc.) e) Experience in conducting meetings and briefing clients and management personnel. f) Knowledge of construction practices and techniques, e.g., proper methods of installation of construction materials in its area of expertise. g) Ability to interpret engineering and architectural plans and specifications. h) Ability to compute construction cost for changes and negotiate equitable adjustments for the changes. i) Ability to inspect materials, workmanship, and construction and installation of various systems in its area of expertise. j) Knowledge of safety practices in the construction industry, including specifically, a background that indicates familiarity with OSHA safety requirements on construction projects. 5. Level of Expertise: The level of expertise to be used for construction inspection (engineer, technician, licensed inspector, etc.) and for all other services to be provided shall be identified by the CM in the management plan to be submitted with each work order proposal. It is the Government's intention that the CM will use the level of expertise required for a specific task. All levels of expertise included in the management plan are subject to negotiation with the CO. Interested contractors are invited to identify their interest and technical capability by responding to this announcement. Responses are due to the address specified in this Sources Sought Notice by April 27, 2011, no later than 4:30 Central Standard Time (CST). Respondents to this notice must indicate whether they qualify as Small Business Concern under the following NAICS Codes: (a) 236220 Building Alterations, Non-Residential, Commercial, & Institutional (General Construction). 8(a) contractors are also required to state date of graduation for the 8(a) program. Companies are required to provide, via email, their capability statement. Capability statements (not to exceed two pages) must address the areas detailed earlier in this synopsis: • Geographical Area Familiarity • CM Past Performance • Type of Work under the Contract • Types of Services Required Under the CM IDIQ Contract Responses will not be returned. This notice of intent is not a request for competitive proposals and will not result in a contact award. This is a sources sought synopsis. No solicitation exists; therefore, do not request a copy of the solicitation. Responses must be submitted via email. The email subject title must be formatted per the following (see example): Region 6 IDIQ CM - Capabilities Statement for SB Concerns - (INSERT TYPE OF SB CONCERN) - (INSERT COMPANY NAME) Example: Region 6 IDIQ CM - Capabilities Statement for SB Concerns - Woman Owned Business - ACME CM Services Send submissions to the following email address: charla.wells-okoro@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73e084ecf43c1cead33c5371066f3284)
 
Record
SN02422312-W 20110414/110412234139-73e084ecf43c1cead33c5371066f3284 (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.