|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1996 PSA#1733GSA, PBS, Property Development (4PC),Suite 2500,401 West Peachtree St.
NW,At lanta,GA 30365-2550 C -- CONSTRUCTION MANAGER-AS-CONSTRUCTOR(CMC) SOL GS-04P-97-EXC-0004
DUE 010997 POC Contact,Phillip King,404/331-4620,Contracting
Officer,Freeman Randolph,404/ 331-4269
CONSTRUCTION-MANAGER-AS-CONSTRUCTOR, SERVICES CONTRACT for the proposed
US Courthouse - Greenville, TN. OVERVIEW: The scope of CM as
Constructor (CMc) services under this contract includes
Pre-Construction Phase Services and Construction Phase Services.
Pre-Construction Phase includes: consultation during project design,
development of construction schedule phasing re- quirements; cost
estimating and establishment of a negotiated Guaranteed Maximum Price
(GMP). CONSTRUCTION PHASE includes administration of the construction
contract; coordination of regular construction and tenant meetings;
developing/monitoring CPM activities; providing daily logs and monthly
reports; monitoring construction costs; and other supplemental
services as requested by the Government. CMc will be competitively
chosen using Source Selection Procedures. Price and technical factors
will be given equal weight. PROJECT SUMMARY: A new Courts facility will
be con- structed in the Greenville, TN downtown area (site to be
announced). The proposed facility will contain 107,000 occupiable
square feet(SF) including 14,000 sf inside parking. The new facility
will include 4 courtrooms plus chambers to be occupied by US District
Courts, Magistrate Court, Probation, Pretrial Services, Bankruptcy, US
District Attorney, Trustee, and Marshals' Service. New structure will
provide: grand jury suites and assembly areas; hearing rooms;
conference/training rooms: office space for District Court Clerk,
Bankruptcy Court Clerk and Marshals Service, to include sally-port and
detention cells; plus general office areas. The Estimated Construction
Cost at Award (ECCA) for base-bid work is $22,500,000.00. At time of
award CMc shall guarantee a maximum price to perform the consturction
described in the design documents. DEFINITION OF CONSTRUCTION MANAGER
AS CONSTRUCTOR: A CMc is a firm under contract, to building owner
(GSA), to provide design review, cost estimating, scheduling and
general construction services. CMc whall be a member of overall project
team including GSA as owner/developer, GSA's selected design A/E firm
and term Construction Management firm (CM), if used. The CMc may
provide general construction with it's own forces, or contract for part
of the construction with other firms. Project development shall occur
in conformance with AIA Document A121/CMc. SUMMARY OF CMc RE-
SPONSIBILIES: CMc shall review project designs determining
constructability and compliance with project budget. CMc reviews
construction cost estimates and provides and independent cost estimate
at design development stage (DD) mid-point construction-document stage
(MP) and final construction-document stage (CD), recommending
adjustments to designs to assure that the project can be constructed at
or below budget. CMc shall provide ''best value'' advice, control
schedule, offer alternative ideas including problem solving claim
prevention and budgeting. CMc must have full understanding of Federal
construction contracting and contract administration. The CMc shall
have complete responsibility for constructing the facility to the
quality of the design requirements and within budget. PROJECT SERVICES:
The CMc Contract requirements will include the following: CPM
scheduling and analyses; Participation in all DD production phase team
meetings; Review all A/E major design submittals and A/E cost
estimates; Independent pricing at the stages indicated above; Project
scope management; Competitive selection and procurement of necessary
sub-contractor; Provision of general project construction for the
entire facility; Participation in acquisition of Alternative Dispute
Resolution(ADR) and selection of partnering consultant; Maintenance of
construction records; and commissioning/inspection/close-out services.
PROJECT STAFFING: The CMc will provide a team that consists of
architectural, civil, structural, mechanical and electrical engineers;
cost estimators; CPM analysts; field engineers and support staff;
construction supervisors and superintendents; plus other disciplines to
be used on an as needed basis. SOURCE SELECTION EVALUATION CRITERIA:
The following factors, along with the statement of price indicated
below, will be used by GSA's Source Selection Evaluation Board (SSEB)
in the PHASE I process to select a competitive range of firms for
further evaluation in PHASE II. More detail in subcategories, will also
be utilized in the PHASE II process later. QUALIFICATION AND EXPERIENCE
OF KEY PERSONNEL (350 Points, total): a. Summarize the qualifications,
experience, education, background info., specific assignments, and
other significant info. for key members of the proposed CMc team - (150
pts). b. For key personnel, identify the proposed duties,
part/full-time, and the firm for which (s)he works. Indicate the
geographic location where key personnel are located at the time of
response to this announcemant. Provide two or more
professional/technical references from knowledgeable personnel of their
qualifications/experience -(150 pts). c. Summarize CMc firm's
experience with construction projects in vicinity of Eastern Tennessee.
Include knowledge and experience with local construction markets and
general labor markets, sub-contractors, and their experience with local
Government-(50 pts). FIRMS EXPERIENCE AND PERFORMANCE PROVIDING
COMPARABLE PRE-CONSTRUCTION-PHASE SERVICES FOR SIMILAR PROJECTS IN THE
PAST FIVE YEARS (150 points). List three projects of $15,000,000.00,
or larger, in which the firm successfully provided
pre-construction-phase services. Describe those services, as relating
to this project in scope and complexity. Provide names, addresses and
phone number of client(s) for listed project - (150 pts). FIRM'S
EXPERIENCE IN PROVIDING COMPARABLE CONSTRUCTION-PHASE SERVICES FOR
SIMILAR PROJECTS IN THE PAST FIVE YEARS (350 points): a. List three
projects of $15,000,000.00, or larger, in construction costs, in which
the firm successfully provided construction phase services similar to
those required under this project. Describe your record of delivering
complete projects w/i fixed schedules and a guaranteed maximum price.
Relate services in type and scope to this project. Indicate which
member(s) of proposed project team worked in previous project/roles
similar to those proposed for this project. Provide names, addresses
and phone number(s) of the client(s) for each listed project - (100
pts). b. Demonstrate the proposed team's experience and abilities in
working in a non-adversarial relationship with building owner/developer
in development of the above listed projects -(50 pts). c. Demonstrate
the proposed team's experience in value engineering, design oversight
and independent cost estimating relative to maintaining project
budgets-(50 pts). d. Demonstrate the proposed team's abilities to
maintain project quality and scheduling while controlling costs - (100
pts). e. Describe firm's use of ADR or arbitration to avoid
litigation. Provide comprehensive list of construction claims in which
your firm, owners and developer(s) have been a party to in the last 10
years, providing a synopsis of the outcome. Identify claims resolved by
ADR, and those by arbitration - (50 pts). CMc'S RESOURCES, FACILITIES
AND TECHNOLOGY (100 points). Describe resources and facilities
available to CMc, including office automation capabilities/Management
Info. Systems (MIS) and ability to review drawins in Auto-Cad Rel. 12,
or later. Describe firm's ability to interface with Microsoft Excel
V.5.0 and Word V.6.0, including your ability to send/receive data
electronically via desk- top conferencing and ''white-board''
technologies - (100 pts). SB/SDB/WO SUB-CONTRACTING PLAN (50 Points):
In PHASE I, CMc must acknowledge intent to submit sub-contracting plans
in PHASE II, where offeror will include participation by SB, SDB firms
(20 pts each) and Women-Owned (WO) business firms (10 pts). SOURCE
SELECTION PROCEDURES: Qualified firms expressing an interest in this
project will be provided one copy of the RFP, including PHASE I
evaluation forms that the SSEB will use (includes Concept-Design
Documents and Narratives). Firms wishing to offer, must provide a PHASE
I submission, wherein detailed cost proposals are not required, but
Offerors must provide a price statement certifying that they can
construct planned facility described in the RFP at a cost not greater
than the ECCA. Firms in the competitive renge will be interviewed at
their principal place of business. Final selection of CMc will be under
PHASE II Source Selection procedures wherein firms selected for
detailed interview will be asked to provide additional technical info.,
along with detailed cost proposals. PHASE II cost proposals shall
include the Offeror's fee (subdivided into Pre-Con and Cosnstruction
Phase services required under the RFP (including profit, GC and other
overhead costs)). Technical factors and pricing will be given equal
weight. CONTRACT AWARD: A contract will be awarded to the selected firm
to provide Pre-construction Phase services with an Option to provide
Construction-Phase services. When the DD Phase is complete, the
Government's intent is to modify the contract to obtain CD services and
all project construction at a mutually-agreed GMP. Government goal is
to award a contract at a GMP that does not exceed the projected ECCA.
The contract for PreCon sevices will allow the Governmnet to terminate
the contract if a GMP is not established that is equal to, or less
than, the ECCA, (or if construction funding is not available). Upon
conclusion of the project, if the construction costs are less than the
GMP, the difference between final project construction cost and GMP
will be divided between the CMc and the Government. SB - SDB
PARTICIPATION: This procurement is open to both large and small
business firms. GSA encourages smaller firm's participation in the
project. In PHASE II of the selection process, short-listed firms shall
provide a brief written narrative of their outreach efforts to utilize
SB, SDB and WO Business firms. All Offerors will be required to
include a sub- contracting plan that provides for participation by
small firms in the following percentages: SB (20%), SDB (5%), and WO
Businesses (5%). HOW TO OFFER: Interested firms should submit a letter
of interest (Company Letter- head) to the Phil King (listed below) not
later than 3:00 p.m. on 12/18/96. A copy of the RFP will be provided
and requires submission of three copies of a PHASE I proposal on 8
1/2'' X 11'' spiral bound format. Forms SF254 and SF255 are encouraged
(must not be more than one year old). Photographs may be incorporated
in Sections 8 and 10 of the SF255 if desired. IF SF 254 and SF 255 are
not used, submissions must include info. responsive to the data
requested on SF254/255's. Total PHASE I submissions should not exceed
100 single/50 double-sided pages. During the PHASE II evaluations, GSA
may request additional info. Firms that respond to this CBD notice
with offers without first reviewing the RFP will not be evaluated. A
pre-submission conference will be held on January 9, 1997 in the Summit
Federal Building, Atlanta, GA to discuss PHASE I submission
requirements. PHASE I submittals must be recieved (address below) not
later than 3:00 p.m. January 24, 1997. Upon completion of PHASE I
evaluations, a list of the firms selected for PHASE II evaluations will
be published in the CBD. Firms selected for PHASE II evaluations will
be notified of additional submission requirements. All submittals must
indicate this Solicitation No. GS-04P-97-EXC-0004 on the face of the
envelope. Late submittals will be handled in accordance with FAR
52.215-10. GSA/Property Development (4PCC), ATTN: Phil King, 401 West
Peachtree, Suite 2500, Atlanta, GA 30365-2550 404/331-4620/FAX
404/730-2309 (0334) Loren Data Corp. http://www.ld.com (SYN# 0009 19961202\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|