Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOURCES SOUGHT

56 -- Construction Manager as Constructor (CMc) Services for the Capital Security Project at the Federal Building and US Courthouse in Benton, Illinois - Market Research Questionnaire

Notice Date
9/7/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PE), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
Not_App
 
Archive Date
9/29/2012
 
Point of Contact
Katie M Musselman, Phone: 3129831811
 
E-Mail Address
katie.musselman@gsa.gov
(katie.musselman@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Interested parties are encouraged to respond to this notice by completing the Market Research Questionnaire. THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice DOES NOT constitute a Request for Proposal, nor does it represent any commitment by the Government. The GSA, Great Lakes Region, is conducting market research for interested small business firms that have the applicable experience/capabilities to perform Construction Manager as Constructor (CMc) Services for the Capital Security Upgrades project at the Federal Building and U.S. Courthouse in Benton, Illinois. Any interested small business firm may submit a market research questionnaire demonstrating its capability to perform the requirement. Your responses to the information provided will assist the Government in determining whether a small business set-aside is possible. Project Description: The Federal Building and U.S. Courthouse in Benton, Illinois is a two-story building that contains approximately 22,937 usable square feet. This project will provide capital security improvements, including site work, parking and building entry renovations, and circulation zoning/control improvements. The main goals for this project include resolving line of site issues from adjacent structures, and securing separate, dedicated entry and circulation paths for judges, prisoners, and the public to improve the safety for all the tenants in the building. The North American Industry Classification System (NAICS) Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the size standard is $33.5 million. The project is planned to be announced in November 2012 with an award anticipated for February/March 2013. The estimated total construction cost for this project falls within the range of $1,000,000.00 to $5,000,000.00. The performance period for this project is approximately twelve (12) months. Contracting Method: The "best value trade-off process" will be utilized in this procurement for the evaluation of offers and the selection of the successful company to receive the award. The Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical factors will be significantly more important than price. The technical factors will include: past performance, experience on similar projects, qualifications and experience of key personnel and management approach. All offers submitted by joint ventures must include a copy of an executed joint venture agreement (with original signatures) which fully discloses the legal identity of each member of the joint venture, the relationship between the members, the form of ownership of each member, and any limitations on liability or authority for each member. The project for this procurement includes Design Phase and Construction Phase Services. Design Phase Services shall include, but may not be limited to: review and evaluation of concept, design development and construction documents; constructability review; sustainable design review; consultation during construction document production; preliminary project schedule development; recommendation on phased construction; cost estimates; development of subcontractor and supplier interest; and identification of long-lead items. Construction Phase Services shall include, but may not be limited to: administration of the construction contract (whether work is performed with the CMc's own forces or under subcontract), coordination of regular pre-construction and construction meetings; CPM scheduling; daily logs and monthly reports; monitoring of construction costs (specifically open book accounting); record keeping; progress reporting; schedule control; inspections; and testing. Response to Sources Sought Interested parties are encouraged to respond to this notice by completing the Market Research Questionnaire. Submission shall not exceed nine (9) pages. Project Experience examples MUST include the following: Provide a minimum of two, and no more than five, successful GMP project examples that demonstrate experience in delivering Design and Construction Phase services using "open book accounting" that have been completed within the last six years that are similar in size, scope, complexity and/or context to this solicitation. Provide the following information for each example: project description, including program, square footage, site acreage, project schedule, safety record, and scope of Design and Construction services; project owner and reference contact information; GMP or budget at award; and GMP at the construction start and final contract value after adjustments, indicate whether liquidated damages were assessed against your company due to late completion. Note that all contractors doing business now or in the immediate future with the Federal Government are required to be registered in the System for Award Management (SAM). Completed Market Research Questionnaires with project experience must be submitted no later than Friday, September 14, 2012 at 5 PM CST. This information is acceptable via e-mail and should be sent to Katie Musselman, Contract Specialist (5PCCP) at katie.musselman@gsa.gov. Any questions regarding this notification should be directed to: Katie Musselman Contract Specialist Phone 312.983.1811 E-mail: katie.musselman@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/Not_App/listing.html)
 
Place of Performance
Address: Federal Building and US Courthouse, 301 West Main Street, Benton, Illinois, United States
 
Record
SN02873263-W 20120909/120908001533-69a4e9a755b5c8132d66d55a0cfa3b85 (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.