SOURCES SOUGHT
Z -- Cupola Restoration Project - Sources Sought
- Notice Date
- 1/12/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Southern Services Branch (47PF05), Consult solicitation documents for address information., United States
- ZIP Code
- 00000
- Solicitation Number
- GS-05P-17-SC-C-0005
- Point of Contact
- Katie M Musselman, Phone: (312) 520-8939
- E-Mail Address
-
katie.musselman@gsa.gov
(katie.musselman@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- GS-05P-17-SC-C-0005: Construction Manager as Constructor (CMc) Services for the Cupola Restoration Project at the Federal Courthouse and U.S. Courthouse in Port Huron, Michigan 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 Cupola Restoration Project at the Federal Building and U.S. Courthouse in Port Huron, Michigan. 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 Port Huron, Michigan requires a restoration of the cupola. The work involves the cupola envelope and addresses the issues of material deterioration and water infiltration. The project limits extend from the base of the cupola to the top of the mast. Proposed treatments have been developed with the intention of preserving existing fabric to the extent possible while improving the longevity and performance of the envelope materials through repair and replacement where necessary. For additional information - see the attached Scope of Work Summary. All work will be required to comply with the Secretary of The Interior's Standard for Rehabilitation. The Port Huron Federal building is listed on the National Register of Historic Places, therefore all work shall be performed by a contractor familiar with the performance and characteristics of historic standing seam copper roofing and exterior mill work restoration. The contractor must also be familiar with National Park Service Technical Preservation Standards for work on historic buildings. The North American Industry Classification System (NAICS) Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the size standard is $36.5 million. The project is planned to be announced in February 2017 with an award anticipated for June 2017. The estimated total construction cost for this project falls within the range of $1,000,000.00 to $3,000,000.00. The performance period for this project is approximately eight (8) 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: experience on similar projects, staffing plan and qualifications of key personnel, project management plan / approach, and past performance. Total evaluated price will include the firm-fixed price for the base Design Phase Services and the Guaranteed Maximum Price (GMP) for optional Construction Phase Services. The GMP is the equivalent of a ceiling price as described in FAR 16.403-2; GMP at award will be the sum of the estimated cost of the work (ECW), the CMc Contingency Allowance (CCA) and the Fee. Design Phase Services will include, but may not be limited to: review and evaluation of construction documents; the performance of a constructability review including possible value-engineering recommendations; preliminary project schedule development; cost estimates; and development of subcontractor and/or supplier interest. 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; scheduling; daily logs and monthly reports; monitoring of construction costs (specifically open book accounting); schedule control; and inspections. Response to Sources Sought Interested parties are encouraged to respond to this notice by completing the Market Research Questionnaire. Submission shall not exceed ten (10) pages. Project Experience examples MUST include the following: Provide a minimum of two and no more than five, successful Guaranteed Maximum Price (GMP) project examples that demonstrate experience delivering Design and Construction Phase services that have been completed within the last five years. Projects must be similar in size, scope, complexity and/or context to this solicitation. Note: The historic nature of this project is significant, therefore, examples should demonstrate your firms experience and capabilities completing historically significantly work. Provide the following information for each example: project description, schedule, safety record, scope of Design and Construction services; GMP or budget at award; and final contract value after adjustments, indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions. 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 Thursday, January 26, 2017 at 4 PM EST. This information should be sent via e-mail to Katie Musselman, Contracting Officer at katie.musselman@gsa.gov. Any questions regarding this notification should be directed to: Katie Musselman Phone (312) 520-8939 E-mail: katie.musselman@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aefcf23a0e5a6360c8e926fae0f30584)
- Place of Performance
- Address: 526 Water Street, Port Huron, Michigan, United States
- Record
- SN04370255-W 20170114/170112234311-aefcf23a0e5a6360c8e926fae0f30584 (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 |