Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
SOLICITATION NOTICE

56 -- Construction Manager as Constructor (CMc) for the Capital Security and Fire Alarm Upgrades Project

Notice Date
11/14/2012
 
Notice Type
Presolicitation
 
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
GS-05P-13-GB-C-0002
 
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
THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. The General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide Construction Manager as Constructor (CMc) services for the Capital Security and Fire Alarm Upgrades at the Federal Building and U.S. Courthouse in Benton, Illinois. The scope of CMc services under this proposed contract includes Design Phase Services and three (3) options for Construction Phase Services. These options include: Option 1 - Capital Security Upgrades; Option 2 - Fire Alarm Upgrades; and Option 3 - Passenger Elevator Replacement. The CMc will be competitively chosen using Source Selection (FAR 15.3) procedures. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and the evaluated price. For this procurement, the technical factors with be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: Experience in providing Design Phase Services and Construction Phase Services; Project Management Plan/ Approach; Qualifications and Experience of Key Personnel; and Past Performance in providing Design Phase Services and Construction Phase Services on similar projects. The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. The estimated total construction cost for the project falls within the range of $1,000,000.00 to $5,000,000.00. The Design Phase Services is anticipated to commence upon award of the contract on or about March 2013. The Optional Construction Phase Work is anticipated to be awarded on or about June 2013, with a performance period of twelve (12) months for the Capital Security Upgrades option, nine (9) months for the Fire Alarm Upgrades option, and four (4) four months for the Passenger Elevator Replacement option. The performance periods for all three (3) options are anticipated to run concurrently. Project Summary: The objective for this project is to create a solution for capital security improvements based on the deficiencies analyzed in the Capital Security Study Executive Summary - Concept Solution A completed by the U.S. District Courts on April 17, 2012. This solution will include site work, construction of a new sallyport and prisoner elevator, 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 by acquiring property and demolishing existing residential units, 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. This project also includes two upgrades to the building systems: replacement of the fire alarm and replacement of the passenger elevator. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction services. The services requested 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). In contrast to a CM that is not also a constructor; the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the defined budget or Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Services. There are three (3) options for the Construction Phase Services. The Contractor is required to complete the Design Phase Services for the firm-fixed-price set forth in the Contract Price Schedule. If the Government exercises the option(s) for the Construction Phase Services, the contractor shall complete the Construction Phase Services at or below the Guaranteed Maximum Price (GMP). Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. The solicitation package will be available on or about December 3, 2012. The solicitation package will only be available electronically. Potential Offerors will be responsible for downloading the solicitation from the FedBizOpps website, https://www.fbo.gov, and for monitoring for possible amendments and/or additional information. A pre-proposal conference and site-visit will be held on or about December 13, 2012 and notification to the Contract Specialist of proposed attendance will be required. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. The offers are due on or about January 3, 2013 at 3:30 pm. (Central Daylight Time). All responsible sources may submit a bid/proposal which shall be considered by the agency. In order to be eligible for award offerors are required to provide electronic representations and certifications in System for Award Management (SAM) accessed via https://www.acquisition.gov. An award is anticipated on or about March 6, 2013. Any questions regarding this notification should be directed to the Contract Specialist, Katie Musselman at katie.musselman@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05P-13-GB-C-0002/listing.html)
 
Place of Performance
Address: Federal Building and US Courthouse, 301 West Main Street, Benton, Illinois, 62812, United States
Zip Code: 62812
 
Record
SN02930326-W 20121116/121114234153-db91f15822761ce0bad4fb6ffbeca8cb (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.