SOURCES SOUGHT
Y -- CMc Services for a New Courthouse Annex at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse complex
- Notice Date
- 4/5/2023 12:40:10 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0323R0006
- Response Due
- 4/19/2023 1:00:00 PM
- Point of Contact
- Natalia Lugo-Vina
- E-Mail Address
-
natalia.lugo-vinacruz@gsa.gov
(natalia.lugo-vinacruz@gsa.gov)
- Description
- THIS NOTICE IS A SOURCES SOUGHT NOTICE ONLY. This notice is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of responsible firms that would be interested in submitting proposals in response to the anticipated solicitation. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking a highly qualified General Contractor to act in the capacity of a Construction Manager as Constructor (CMc) who can provide full Construction Services for a New Courthouse Annex (New Annex) project at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse complex located at 150 Carlos Chardon Avenue in Hato Rey, Puerto Rico.� The construction of the New Annex will be the first phase of a multiphase project. The New Annex, consisting of approximately 153,000 gross square feet, including thirty-five (35) indoor parking spaces, will be constructed adjacent to the existing Degetau Federal Building and Nazario U.S. Courthouse complex. The first phase will include building the New Annex to an interim swing space condition, which includes four (4) courtrooms, four (4) judges� chambers and other ancillary court spaces. The remaining space in the New Annex will initially be used as space for the remaining tenants currently housed in Degetau Federal Building. Following a renovation of the Federal Building (not included in this notice), the final phase will convert the New Annex to its final state condition, which includes six (6) new courtrooms and ten (10) new chambers. The entire Hato Rey Federal Complex will remain operational throughout the entirety of the project. The project will target LEED Gold Certification and shall be in full compliance with the Facilities Standards for the Public Buildings Service (P-100). To the maximum extent practicable the project shall minimize operational carbon and minimize embodied carbon materials. This project will be designed and constructed to meet GSA's Design Excellence Program. In addition, the facility will meet requirements specific to Federal courthouse design and construction.� This specialized type of facility will require strong CMc services, logistics and coordination for major construction at an existing operational complex, and coordination expertise to meet the project characteristics. The CMc contractor will be selected through a procurement method developed in accordance with Federal Acquisition Regulations (FAR) Part 15.1�Source Selection Processes and Techniques. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors. This procurement will be conducted under North American Industry Classification System (NAICS) Code 236220--Commercial and Institutional Building Construction.� The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $45,000,000.� GSA anticipates the award of the base contract for the design phase services as a firm-fixed price. The construction phase services option will be awarded as a Guaranteed Maximum Price (GMP). The GMP will be tracked through open book accounting which will be reviewed and monitored by GSA and a third party Construction Manager as Advisor. This award is subject to the availability of funds. The period of performance for the proposed contract will be for approximately fifty-four (54) weeks for the CMc design assist phase and approximately one hundred and fifty-three (153) weeks for the construction phase. The total Estimated Cost of Construction at Award is between $250,000,000 and $350,000,000. The design contract was awarded in November 2022. The base CMc contract is anticipated to be awarded Spring 2024 and Notice To Proceed for construction is anticipated to be issued in the Spring 2025. The CMc contractor shall be a member of the project delivery team during the design and construction phases of the project, working with the Government's selected Architect/Engineer (A/E) and the Government representatives to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to design phase services including evaluating design concepts, reviewing designs, reviewing and preparing cost estimates, coordinating with local agencies, conducting constructability reviews, risk management, and value management. Construction phase services include constructing the facility, administering the construction contract and all subcontracts, coordinating construction meetings, Critical Path Method scheduling, monitoring construction costs and reporting with open book accounting, and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. If you are an interested general contractor or a firm who has experience acting in the capacity of a CMc contractor, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five (5) single sided page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm�s capability to perform this project. QUESTIONS: 1) Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address. 2) Business size for the assigned NAICS code, which can be located at the U.S. Small Business Administration (SBA) website; www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. 3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of three (3) projects of similar scope, size and complexity completed within the past ten (10) years, including project delivery method utilized for each project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Include at least one (1) project with a construction cost greater than $85,000,000. Work performed as a subcontractor is not considered as evidence of capability to succeed as a prime contractor. Required experience to be considered as a viable source for the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a GMP contract awarded to your firm as prime contractor utilizing the CMc project delivery method. Please limit your response to no more than three (3) completed contracts which meet the criteria above. 4) State your company's bonding capability verifying the ability to bond a single project of the magnitude up to $350,000,000. 5) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. 6) State if your company is in compliance with Cost Accounting Standards, per FAR Part 30. Submission Instructions: Please submit your company�s Capability Statement by 4:00PM (EDT) on Wednesday, April 19, 2023 to Natalia Lugo-Vina, Contracting Officer at natalia.lugo-vinacruz@gsa.gov. All responses must be submitted via email.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No paper copies will be accepted. For informational purposes: All offerors are required to have an active registration in the System for Award Management (SAM) (www.sam.gov) at the time of offer submission.� Note: All information furnished to the Government in response to this notice will be used for review and market research purposes only. Responses provided will not exclude interested parties from future related procurement activity. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7bcf9d94c8d6446c990736979c7d8f1d/view)
- Place of Performance
- Address: San Juan, PR 00918, USA
- Zip Code: 00918
- Country: USA
- Zip Code: 00918
- Record
- SN06641538-F 20230407/230405230109 (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 |