Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
MODIFICATION

C -- Construction Management Services for State of Florida (GSA Region 4)

Notice Date
9/9/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-02-EXD-0053
 
Response Due
10/7/2002
 
Point of Contact
Melvin McIntosh, Contracting Officer, Phone (404)331-5014, Fax (404)331-7063,
 
E-Mail Address
melvin.mcintosh@gsa.gov
 
Description
C -- Architect and Engineering Services Sol GS-04P-02-EXD-0053 CONSTRUCTION MANAGER SERVICES (CM as Agent) The General Services Administration intends to award a full service fixed price indefinite delivery indefinite quantity construction management contract. The contract period shall consist of a basic year contract period plus four option years. The minimum contract amount to be awarded in the initial contract period is $5,000, and the contemplated maximum contract amount to be awarded in the initial period and option periods is $3,000,000 (totaling $15,000,000). The CM for this contract will be competitively chosen utilizing the Brooks Act and applicable FAR part 15 procedures. Geographic coverage for this service is the state of Florida. The successful contractor, including its subsidiaries and affiliates, shall not be eligible for award of a contract for A/E or construction services for projects awarded under this contract, nor serve as subcontractor or consultant to any A/E or construction contractor for projects awarded under this contract. As a requirement of the contract, the CM shall provide a wide range of CM services including managerial, professional, administrative, and various procurement and construction administrative services for the design and construction of new federal courthouse buildings ranging in costs from $34,000,000 to $170,000,000. Specific services will be identified by task order. The CM must offer and maintain a team with the expertise and capability to coordinate and manage the timely and orderly development and construction of courthouse projects. The scope of CM services will include, but are not limited to: Design Phase Services, Construction Phase Services, and other supplemental services if so requested by the Government. The awardee of any contract from this solicitation shall have demonstrated experience, ability, and depth and breadth of capabilities to successfully perform as CM, efficiently staff several teams and manage multiple projects. The successful CM contractor, including its subsidiaries and affiliates, shall not be eligible for award of a contract for A/E or construction services for any CM services project awarded under this contract, nor serve as a subcontractor or consultant to any A/E or construction contractor for these projects. This procurement will be conducted in two stages as follows: In Stage I, the Government will receive written submissions of technical qualifications based on Past Experience, Past Performance, Firm Management Approach, and Key Personnel. Total points available for this stage is 1,000. Submission requirements for the evaluation criteria are: (1) PAST EXPERIENCE (350 points maximum): The CM firm shall submit five construction projects of at least $60 million completed within the last 10 years where CM services were provided for projects similar in scope and complexity to a Courthouse project. For each project identified, provide location, size (gross square feet/meters), type of project, i.e. new construction, renovation, etc., description of services provided, start cost, final cost, target completion dates and actual completion dates. Include short discussion of experiences regarding mold, humidity, and climate issues and their resolution regarding those projects. Provide names, addresses, and phone numbers of references for each project submitted. NOTE: ACCURATE AND CURRENT REFERENCES MUST BE PROVIDED. (2) PAST PERFORMANCE (350 points maximum): The offeror shall provide reliable names, addresses, positions, facsimile, and telephone numbers for each project submitted in response to the Past Experience. Offerors should consider that this information will be used in Performance Evaluation Confirmation in accordance with the Federal Acquisition Regulation. The term ?reliable? relates to the ability of GSA to contact the individual provided as a reference. GSA will expend only a reasonable amount of time and effort to contact those submitted as references. GSA may also look to its own resources regarding references. (3) FIRM?s MANAGEMENT APPROACH (150 points maximum): Provide a maximum of 10 pages, single-spaced, type written narrative that addresses, at a minimum, the following: Description of Depth and Breath of Firm: (a) Identify the firm?s management philosophy; (b) Identify specific experiences as CM as Agent;(c) Knowledge and understanding of Federal building design and construction contracting issues; (d) Knowledge of federal security/blast criteria, Leeds certification processes, and other aspects of courthouse design and construction requirements; (e) Provide an organizational chart identifying the Government?s Contracting Officer, CM?s Construction Executive, reviewers, inspectors, and consultants with lines of authority and communication clearly noted; (f) Describe your approach to mobilization for a project, timely response to a task order request, resources available and processes utilized to handle multiple projects, and effective management control of personnel and consultants. Indicate additional resources that may be utilized in the event that personnel initially named must be replaced, or supplemented during the project timeframe for staffing a project; (g) Describe the resources and facilities available to the CM. Describe in-house CAD and production capabilities. Indicate additional outside resources that are available to the CM; (h) Identify proposed Project team and provide a Project Management Plan for a $60,000,000 courthouse to start design in December 2002. (4) KEY PERSONNEL (150 points maximum): Provide signed resumes describing the experience, knowledge and expertise of the following Key Personnel: Firm?s Department Heads, Scheduler, Estimator, Construction Manager, Project Managers, Inspectors, Quality Assurance personnel, and MEP Coordinators. The offeror may submit additional information as it believes necessary to fully describe the talents of their team. The Selection Evaluation Board will evaluate the Stage I submissions and establish a shortlist of at least three firms. Total points available for this stage is 1,000: Management Overview Presentation ? 200 points, Management Question & Answer Session ? 400 points, and Project Manager Q & A ? 400 points. In Stage II, the short listed firms will travel to Atlanta, GA for interviews and respond orally to questions and scenarios presented by the Selection Evaluation Board. Stage II rankings will be combined with Stage I rankings to determine the most highly ranked firms. FOR STAGE I SUBMITTALS: Firms having the capabilities to perform the services described herein are invited to submit technical qualification proposals (via SF 254 for each firm including consultants, and the SF 255) along with the narrative on firm management approach (maximum of 10 pages, single sided, type written), and signed resumes for Key Personnel To: General Services Administration, Attn: Mr. Melvin McIntosh, 401 West Peachtree Street, NW, Suite 2513, Atlanta, Georgia, 30308. All parcels (five copies) must be marked: ?Solicitation GS-04P-02-EXD0053?. The SF 254 must not be dated more than 12 months before the date of this synopsis. In block 11 of the SF 255, the submitter must sign, name, title, and date the submittal. Responses are due by 4:00 EST, October 7, 2002. This acquisition is open to small and large businesses. All interested large business firms are reminded that the most highly ranked firm will be required to submit a subcontracting plan that demonstrates commitment to place subcontracts to the maximum practical extent with small and disadvantaged firms. Current goals are Small Business - 40%, Section 8(a) ? 6%, Small Disadvantaged Businesses ? 10%, Small Women-owned Businesses ? 5%, Hub zone Businesses ? 2.5%, and Small Disadvantaged veteran Owned Businesses ? 3%. These percentages will be updated as necessary. All proposals received after this date and time will be considered late and handled in accordance with FAR 52.214-7. This is not a request for price proposals.
 
Record
SN00161588-W 20020911/020909213810 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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