|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor
West, San Francisco, CA 94102 R -- CONSTRUCTION MANAGEMENT SERVICES, NEW FEDERAL BUILDING, SAN
FRANCISCO, CALIFORNIA SOL GS-09P-99-KTC-0020 DUE 032399 POC Connie
Russell, Contracting Officer/ This synopsis modifies the original
announcement posted on the CBDNet February 17, 1999 and published in
the CBD February 22, 1999. Federal facility on a downtown site,
Solicitation GS-09P-99-KTC-0020, Due March 23, 1999. POC Connie
Russell, 415-522-3130. Construction Management Services for New
Construction of a Federal Building on a Civic Center Site in the City
of San Francisco, California. The Government seeks a firm with
management experience in design and construction to provide
professional services for overall project administration, management
and quality control for this facility. The, GSA, intends to select a
builder during the Design Development Phase. The designer, builder, and
CM would have separate contracts with the government. During the design
phase the builder would have significant input into design issues
including cost of materials and systems, and constructibility of the
design. This approach is to develop a true partnership between the GSA,
the user, the designer, the builder, and CM, with the ultimate goal of
insuring that the construction project is completed on time, within
budget, and in accordance with the owner's design objectives. The
facility is intended to be approximately 62,500 gross square meters
(673,344 gross square feet) while containing approximately 44,452
occupiable square meters (475,000 occupiable square feet) and will
house administrative offices of various Federal agencies. In addition
to the gross building area, the facility will also include associated
indoor parking. The estimated total construction cost for the facility
is between $80,000,000 and $120,000,000, with occupancy planned for
the year 2004. The federal building will be a state-of-the-art facility
and an appropriate addition to the San Francisco Civic Center area. The
scope of Construction Management services under this proposed contract
may include, but not be limited to, the following: design management,
drawing and calculation review, technical and material consulting,
cost analysis and reviews, special studies, bid solicitation and
evaluation, construction administration and inspection, testing
services, review and monitoring of Critical Path Method (CPM)
schedules, monitoring submittals and construction process, recommending
and assisting in all elements of change orders, disputes, claims, and
payments, cost control and financial management including a full range
of management and record keeping services utilizing modern technology
and equipment. Options may include post construction, occupancy, and
start-up services. Please be advised that the funding for the entire
project will be financed by GSA through the Federal Financing Bank. To
facilitate such financing the selected C/M will be required to act as
the third party responsible for the managing payments against the
executed contracts. Consideration is limited to firms having an
existing active office for design and contract administration in the
San Francisco Bay Area. For the purpose of this solicitation, the San
Francisco Bay Area shall bedefined as San Francisco, Alameda, Contra
Costa, Solano, Marin, Sonoma and San Mateo Counties. A joint venture
firm/consultant arrangement will be considered and evaluated on the
demonstrated interdependence of their existing active design production
office within the specified Geographical limit. The selected firm must
provide on-site staff during construction and must provide services as
needed from the permanent office or other dependable source of
qualified specialists in all disciplines. All technical work will
include, but not be limited to, review, approval, and inspection shall
be performed by a registered, licensed and/or affiliated professional.
Consideration for Stage I will be reviewed and evaluated based on the
following criteria: (1) QUALIFICATIONS/CAPABILITIES OF THE MANAGEMENT
FIRM (35%): Evidence of the firm's experience in completing the
proposed services, in enforcing performance schedules and budgets, and
in successfully completing a comparable facility; evidence of the
firm's ability to complete the proposed services, render responsible
professional services, work under Federal Laws and regulations, and
work successfully within a team environment; evidence the firm's
compatibility with the project goals. (2) QUALIFICATIONS/CAPABILITIES
OF THE PROPOSED PERSONNEL (35%): Evidence of the proposed personnel's
experience in completing the proposed services, in enforcing
performance schedules and budgets, and in successfully completing a
comparable facility; evidence of the personnel's ability to complete
the proposed services, render responsible professional services, work
under Federal Laws and regulations, and work successfully within a team
environment; and evidence of the proposed personnel's professional
qualifications. (3) PAST EXPERIENCE (25%): The offeror shall provide
the name, address, phone number and client name for 5 similar projects
worked on in the last 5 years. Projects are considered similar where
the offeror worked in an construction management agency role to the
owner in a construction project over $50,000,000 and where the offeror
has billed, or is expected to bill over $1,500,000. (4) REGIONAL AND
LOCAL EXPERTISE (5%). CM Firms that have a principal office in the San
Francisco Metropolitan Area or in the State of California. Firms or
joint ventures having qualifications to meet the requirements described
in this announcement are invited to respond by submitting the modified
SF254 and SF255 along with a letter of interest in accordance with the
instructions at the end of this announcement. Stage II: Complete CM
Team evaluation and interviews. The goals of Stage II are to have the
CM Firms selected in Stage I form complete CM teams. The CM firm will
compile a project team that meets the project goals. A "Job Fair": will
be held in San Francisco for local A-E firms to meet the finalist and
join teams. The short listed CM firms will be invited to submit a
complete Standard Form 254 and 255 package for all members of the
project team. Information shall be provided to describe the team's
capabilities and accomplishments with an emphasis on the projects that
the team has collaborated on previously. Project qualifications for
Stage II will be reviewed and evaluated based on the following
criteria: (1) Professional qualifications of team members. (2) Past
performance. (3) Project Management and Team organization. (With focus
on the Project Manager that is responsible for client contact and
contractual issues.) (4) A subcontracting plan. Following an evaluation
of the submitted materials, five firms considered the most highly
qualified will be interviewed. A follow-up listing of firms for
interviews will be placed in this publication. Although this
procurement is open to large business, small and minority firms are
strongly encouraged to participate. The procurement is being made under
the Small Business Competitiveness Demonstration Program. Before award
of the contract, the C/M (if not a small business) will be required to
present an acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507. As part of
its commitment of socioeconomic initiatives of the Federal Government,
the General Services Administration has established for fiscal year
1999 subcontracting goals of 36% for small businesses, 6% for small
disadvantaged businesses, and 3% for women-owned small businesses. In
support of agency efforts, firms seeking consideration for this
contract shall demonstrate a proactive effort to achieve the above
goals. The use of subcontractors/consultants shown on the submitted
SF-254's will be reflected in a Small Business and Small Disadvantaged
Business Concern Subcontract Plan to be submitted with Stage II
submittals and included in the contract. Firms must also provide a
brief written narrative of outreach efforts made to utilize small,
small disadvantaged and women-owned small business during Stage II. The
narrative shall not exceed one typewritten page. An acceptable
Subcontracting Plan must be agreed to before contract award. Large
firms are hereby notified that Stage II evaluation will consider the
level of participation by small businesses, small disadvantaged
businesses, and small women-owned businesses on this project. (Small
businesses are not subject to this requirement.) Small businesses,
small disadvantaged and women-owned small businesses are encouraged to
participate as prime contractors or as members of joint ventures with
other small businesses. Offerors are invited to attend a pre-submittal
conference to discuss the selection process. The conference will be
held on March 3, 1999, 10:00 AM pacific standard time in the
Nevada/California Room, 2nd Floor, 450 Golden Gate Avenue, San
Francisco, California. Minutes of the meeting will be made available,
upon request, three working days following the conference. All requests
must be in writing or via facsimile @ (415) 522-3112. No telephone
requests will be accepted. Interested firms having qualifications to
meet these requirements are invited to submit two copies of the
requested qualifications along with a letter of interest (identifying
this announcement by Solicitation No. GS-09P-99-KTC-0020, Project
NCA04000) not later than close of business on March 23, 1999, to the
GSA, 450 Golden Gate Ave., 3rd Fl West (9PCE), San Francisco, CA
94102-3434, Attention: Connie Russell. The government will not accept
transmission of these items via facsimile. Award of this contract is
contingent upon funding approval and successful contract negotiations.
This is not a Request for Fee Proposal. Posted 03/02/99 (W-SN303989).
(0061) Loren Data Corp. http://www.ld.com (SYN# 0065 19990304\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|