Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOURCES SOUGHT

Y -- Small Business Sources Sought for Construction Management Services Associated with Construction of a Courthouse

Notice Date
6/6/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P11MKC0048
 
Archive Date
9/30/2011
 
Point of Contact
Michele J. Mailhot, Phone: (202) 401-1835
 
E-Mail Address
michele.mailhot@gsa.gov
(michele.mailhot@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
OVERVIEW The purpose of this sources sought notice is to conduct market research to assist in determining whether to set this acquisition aside for small business concerns. Any interested small business firm may submit a capabilities statement demonstrating its ability to perform the requirement. The capabilities statement should conform to the instructions provided below. Sources should state whether they are a large, small, 8(a), woman owned, HUBZone, or otherwise classified as a small disadvantaged business in their responses. Responses will be reviewed to identify firms capable of fulfilling the government's requirements. Any information submitted by respondents to this sources sought synopsis is voluntary. This is a sources sought announcement only and does not constitute intent to procure any goods or services. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The government does not intend to award a contract on the basis of the sources sought announcement or otherwise pay for the information solicited. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the government will arise as a result of contractor submission of responses to this sources sought or government use of such information. The government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FedBizOpps portal. THE REQUIREMENT The U.S. General Services Administration, Public Building Service, Office of Project Delivery, anticipates a requirement for a negotiated Construction Management (CM) professional services contract supporting the potential design and construction of a new courthouse in Washington, DC. The NAICS code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the Small Business size standard is $33.5 million. The project is anticipated to be announced in the fall of 2011 with a possible award in 2012, subject to funding availability. The estimated price range for construction is $70,000,000.00 to $90,000,000.00. The performance period for construction management services on this project is estimated at one thousand seven hundred (1,700) calendar days after the written Notice to Proceed. The General Services Administration anticipates that it may soon receive full funding to design and construct a new courthouse in Washington, DC. The CM's contract is anticipated to be a firm-fixed-price contract for Pre-Construction Phase Services and Construction Phase Services including scheduling, commissioning, inspections, closeout services, claims services if needed, and other miscellaneous services. Pre-Construction Phase Services shall include, but may not be limited to, review and evaluation of design concepts, design development, and construction documents; constructability review; sustainable design review; consultation during construction document production; preliminary project schedule development; cost estimate review and development; development of subcontractor and supplier interest; and identification of long-lead items. Construction Phase Services shall include, but may not be limited to, administrative support of the construction contract, coordination of regular pre-construction and construction meetings; CPM scheduling; daily logs and monthly reports; monitoring of construction costs; record keeping; progress reporting; schedule control; inspections; testing; and other LEED-related services. The CM shall review all construction document submissions for constructability and ensure conformance to the project budget and the project schedule. The CM shall review A-E cost estimates, and shall provide independent cost estimates and recommend adjustments to the estimates or the design to ensure that the project stays within budget and within the project schedule. The CM shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. OTHER CONSIDERATIONS All contractors doing business with the Government are required to be registered at the Central Contractor Registration (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all firms must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. If the requirement is set aside for small business, the awardee will be required to comply with FAR 52.219-14 Limitations on Subcontracting. Interested small business concerns should keep in mind that their firm must meet the past performance and prior experience requirements independent of any sub-contractor's past performance and prior experience. In addition, a qualified mentor-protégé arrangement will not be deemed to be a joint venture and the mentor and protégé will not be deemed to be affiliated 13 CFR 121.103(b)(6). All 8(a) joint venture agreements must be approved by SBA prior to award of any contract. CAPABILITIES STATEMENT SUBMISSION INSTRUCTIONS Any interested small business concerns shall submit its capabilities statement no later than July 6, 2011, at 2:00 p.m. Eastern Time to the following address or e-mail: Michele J. Mailhot Contract Specialist General Services Administration National Capital Region 7th & D Streets, S.W., Room 2021 Washington, DC 20407 Telephone 202-401-1835 e-mail Michele.mailhot@gsa.gov It is the contractor's responsibility to ensure receipt of submittal. Please e-mail Michele Mailhot for confirmation. The capabilities statement should not exceed thirty (30) pages. Please submit information on two to three projects which meet all of the requirements stated below: •· - CM projects; •· - Concern acted as Prime CM Contractor; •· - New courthouses •·.- Larger than 100,000 SF; •·.- Construction cost greater than $60 Million; and •·.- Constructed building meets standard for LEED certification. Firms shall submit narratives for each project addressing each of the following: •1) - Detailed description of project; •2) - CM cost for each project submitted; •3) - Construction cost for each project submitted; •4) - Duration of CM contract; •5) - Statement regarding whether project had design support services; •6) - Statement regarding whether project had LEED certification support services; •7) - Statement regarding whether project had design phase commissioning services; •8) - Statement regarding whether project had construction phase commissioning services; •9) - Statement regarding whether project had highly technical requirements ( i.e. IT); •10) - Square footage of the project; •11) - Construction cost per square foot; •12) - For each project, the firm shall describe, in detail, scope and complexity; planned and actual budget; planned and actual schedule; cost control and cost tracking methods; schedule control, and coordination of the overall project; •13) - For each project, the firm shall describe in detail the services provided for design review, cost estimating, budget control, sustainability review, scheduling and general construction management service; •14) - The firm shall also describe how it worked within a fixed schedule and within the prescribed budget, the initial CM contract award price, and the final CM contract amount of the project; and •15) - Provide project title, location, and reference(s) who may be contacted regarding the quality of your performance. Indicate the name, title, company name, current company address, and phone number for each reference. The contractor must make sure reference information is current.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P11MKC0048/listing.html)
 
Place of Performance
Address: 49 L Street, SE, Washington, District of Columbia, United States
 
Record
SN02465154-W 20110608/110606234812-303fff7e4ba73d1e78c7ed2eb39d29ba (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.