Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) Services for the Alton Lennon Federal Building and Courthouse Disaster Relief Project, Wilmington, NC

Notice Date
7/28/2020 1:01:18 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0120R0043
 
Response Due
9/21/2020 11:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Emily M. Acedo-Malaney, Phone: 2154464993, Raymond J. Porter, Phone: 2157563439
 
E-Mail Address
Emily.Acedo-Malaney@gsa.gov, raymondj.porter@gsa.gov
(Emily.Acedo-Malaney@gsa.gov, raymondj.porter@gsa.gov)
 
Description
Procuring Agency The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for Construction Manager as Constructor (CMc) Services for the Alton Lennon Federal Building and Courthouse Disaster Relief Project, Wilmington, NC. � Project Synopsis On September 15, 2018, Hurricane Florence made landfall in Wilmington, NC and the Alton Lennon Federal Building and U.S. Courthouse became subject to high wind and torrential rainfall resulting in extensive water intrusion. The building lost power during the hurricane and subsequent days thereafter, and all building systems went offline resulting in mold growth throughout the building caused by the hot humid conditions. Temporary systems are presently in place in an on-going effort to control the mold growth and stabilize the building�s conditions. To date, the building�s existing mechanical systems have not been reactivated. The objective of the project is to rehabilitate the existing building envelope, repair and replace the MEP systems, and remediate and restore the building�s interiors. The General Services Administration (GSA) intends to replace the existing roof, conduct repairs and replacement of portions of the facade, repair/replace existing exterior historic windows and doors, replace and upgrade the MEP systems, provide updated normal and emergency power service for the new equipment, update the life safety systems, abatement of hazardous materials, remediate mold, and repair and replace interior finishes that were damaged as a result of the water infiltration caused by the hurricane and subsequent power loss. Project Location Alton Lennon Federal Building and U.S. Courthouse 2 Princess Street Wilmington, NC Disclosure of Magnitude of Construction Projects The estimated total construction cost for the project falls within the range of $35,000,000.00 and $45,000,000.00. Project Delivery Method The Government intends to deliver this requirement through the CMc project delivery method to manage and execute a construction project utilizing a Guaranteed Maximum Price (GMP) contract with Construction Contingency Allowance (CCA) and shared savings. The Construction Manager as Constructor (CMc) project delivery method is commonly referred to as the Construction Manager at-Risk project delivery method. The following phases of work and services will be required as part of the CMc delivery method; Design Phase The Design Phase consists of the following three stages: �Design Concept, Design Development, and Construction Documents. �The following services are typical requirements that the contractor may need to provide throughout the Design Development, and Construction Documents phases: 1. Program Review Meetings; 2. Consultation/Project Progress Meetings/Presentations; 3. Design Submissions and Reviews; 4. Cost Management, Estimating and Reconciliation; 5. Value Engineering; 6. Construction Work Allocation Plan; 8. Construction Work Sequence Plan; 9. Design Development Phase;� 10. Construction Document Phase; 11.� Early Work Package Development; and 12. Commissioning Services Temporary Conditioning: GSA is looking for the CMc Contractor to provide the temporary conditioning efforts at the building to continue stabilization of all efforts to remediate the building to date upon award of the base design phase services.� Currently, the contract for these services are being provided by the building�s O&M contractor.�� Construction Phase The following services are typical requirements that the contractor may need to provide throughout the construction stage 1. Construction Commencement;� 2. Early Work Packages; 3. Construction Administration; 4. Commissioning Services; and 5. As-Built Drawings Turnover Phase The following services are typical requirements that the contractor may need to provide throughout the turnover stage: 1. Participate in Pre-Final walk-throughs; 2. Prepare Punch-lists; 3. Prepare Operation and Maintenance Manuals; 4. Submit Warranties, Guarantees, and Certificates; and 5. Preparation for Tenant Occupancy Competitive Procedures This procurement will be competed utilizing full and open competition in accordance with FAR 6.1. Competitive proposal will be requested in accordance with FAR 15 ""Contracting by Negotiations."" Selection Procedures The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. 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 proposal conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: ��������Management Approach, Key Personnel, and Staffing Plan� � ��������Prior Experience on Relevant Projects� � � � � � � � � � � � ��������Past Performance on Relevant Projects � � � � � � � � � � ��������Draft Construction Schedule and Phasing Plan Approach � ��������Small Business Utilization� � � � � � � � � � � � � � � � � � � � � � � ��������Project Labor Agreement� � � � � � � � � � � � � � � � � � � � � � � �������Cost Accounting Standards Compliance* (Acceptable/Unacceptable)� *The Contractor must demonstrate their compliance with CAS through the submittal of all disclosures in accordance with FAR 52.230-1, Cost Accounting Standards Notice and Certifications and FAR 52.230-7, Proposal Disclosure - Cost Accounting Practice Changes. Cost Accounting Standard (CAS) compliance shall represent a go/no-go evaluation factor. The successful offeror will be required to use an ""open book accounting system"" which will be subject to periodic government review. A bid guarantee will be required in accordance with FAR 52.228-1 with each offerors proposal. Performance and Payment Bonds shall be required prior to Notice to Proceed. CMc Procurement Schedule Issue Request for Proposal- On or about August 12, 2020 Teleconference�Pre-Proposal Phase I Only - On or about August 17, 2020 Technical Proposal Phase I (Prior Experience, Past Performance, CAS) - Due Date on or about September 21, 2020 Technical Proposal Phase II and Price Proposal (Management Approach, Key Personnel, and Staffing Plan, Draft Construction Schedule and Phasing Plan Approach, Small Business Utilization, Project Labor Agreement, Price) - Due Date on or about January 7, 2021 Award Date- On or about March 19, 2021 To be considered for award an offeror shall submit a proposal at each phase of the procurement.�� Architect/Engineer Firm CEMS Engineering 108 Bentons Lodge Rd Ste B Summerville,� SC 29485 Pre-Proposal Conference and Small Business Opportunity GSA intends to conduct a multi-phase pre-proposal conference tentatively scheduled for a teleconference in August 2020 and an in-person site visit pre-proposal in November 2020.� Both pre-proposal meetings (virtual and in-person) will require prior notification of attendance.� Instructions will be provided in the solicitation.� To ensure that you receive all information regarding this solicitation, please register to receive updates at the �Contract Opportunities� section of beta.sam.gov.�� Teleconference Pre-Proposal Conference: Due to GSA travel restrictions and various state restrictions on gatherings due to the ongoing COVID-19 pandemic, the details pertaining to the pre-proposal conference are not available at this time.� Additional information will be provided with the solicitation.�� In-Person Pre-Proposal Conference: A pre-proposal conference will be held at a location at a date and time to be determined. Final details will be provided within the solicitation. Prior notification of attendance to this conference is mandatory. You will be asked to provide your company's name and all potential attendees' full names (no more than 3 per firm) to Emily.Acedo-Malaney@gsa.gov & raymondj.porter@gsa.gov by a time and date to be determined within the solicitation. Local small businesses are highly encouraged to attend the conference. A brief business card exchange session will follow the conference to provide an opportunity for subcontractors and vendors to introduce themselves to potential offerors. Interested Parties/How to Offer� The Solicitation will only be available electronically. It will be available on or about 12�August 2020. The solicitation can only be obtained by accessing Beta.SAM.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the beta.sam.gov website to have access to solicitation material. For additional registration information, visit the Contract Opportunities website, www.beta.sam.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.beta.sam.gov, follow the procedures for notification registration. Request for Information All inquiries concerning the project shall be directed to the following email address: Emily.acedo-malaney@gsa.gov. Further instructions will be provided in the solicitation section 201. ***This is NOT a request for proposals and does not constitute any commitment by the Government.***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62cc8d0c12e94102a1e096f3d9224fa5/view)
 
Place of Performance
Address: Wilmington, NC, USA
Country: USA
 
Record
SN05736158-F 20200730/200728230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.