Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2003 FBO #0405
SOLICITATION NOTICE

C -- Construction Management (CM) Services

Notice Date
1/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Pacific Service Center (9PMC), 450 Golden Gate Avenue, 4th Floor East, San Francisco, CA, 94102-3434
 
ZIP Code
94102-3434
 
Solicitation Number
GS-09P-03-KYD-0013
 
Archive Date
4/1/2003
 
Point of Contact
Leslie Yamagata, Contract Specialist, Phone (415) 522-3296, Fax (415) 522-3273, - Leslie Yamagata, Contract Specialist, Phone (415) 522-3296, Fax (415) 522-3273,
 
E-Mail Address
les.yamagata@gsa.gov, les.yamagata@gsa.gov
 
Description
Multiple Award Construction Management (CM) contract for the General Services Administration, Pacific Rim Region, for Solicitation No. GS-09P-03-KYD-0013, due March 17, 2003. It is anticipated that this will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a period of one (1) year with four additional one-year options to be exercised at the discretion of the Government. For each award, the maximum aggregate dollar amount per year is $1,000,000, with a guaranteed minimum of $2,000 per year. Offerors will be evaluated using source selection procedures/greatest value method outlined in the solicitation. Point of Contact: Les Yamagata, Contracting Officer at (415) 522-3296. GSA, Pacific Rim Region has a requirement for Construction Management (CM) services covering the following Zones: (Zone 1) Northern California (generally described as Kern County and north) and including Reno, NV; (Zone 2) Southern California (generally, south of Kern County); (Zone 3) Arizona and Nevada (excluding Reno, NV); and (Zone 4) Hawaii and neighboring US territories, which may include Guam, Saipan, and American Samoa. CM services will primarily be in support the GSA Pacific Rim Region's repair & alteration (R&A) program for government-owned buildings or leased space. Services may include, but are not limited to: Design and construction management services including design review; project coordination and reporting; cost and schedule control; estimating; review of submittals; testing services; contract administration including inspection for conformance with design and specifications; change order administration; claims analysis and litigation support; and other contract quality assurance functions. This is a multiple award procurement action. The Government intends to award up to twelve (12) indefinite-delivery, indefinite-quantity contracts from this solicitation. Each Zone may have up to three or more contracts awarded. The Government anticipates one of the awards in each Zone will be to a technically qualified small business, or be certified in a bonafide federal government small business program (e.g. 8(a) Program). Joint ventures or firm/consultant arrangements which meet requirements of the solicitation will be considered. To be considered for award in a particular Zone, an offeror (or at least one firm in the case of joint ventures or firm/consultant arrangements) must have an office established in that Zone at the time of issuance of the solicitation. Each offeror shall clearly indicate which Zone or Zones for which it wishes to be considered. After awards are made, the Government reserves the right to utilize a firm in a location other than its primary geographical area of consideration, if circumstances so warrant. The following criteria, in descending order of importance, shall be used in the evaluation of prospective firms: (1) Past Performance. Past performance in government and private sector contracts and demonstrated effectiveness in construction management (i.e., cost control, estimating, scheduling, inspections, overall quality of work, limiting project delays, resolving differences, and safety compliance); (2) Experience. Experience in performing construction management services on construction projects of varying sizes and levels of complexity; and (3) Staffing. This factor evaluates the contractor's resources (personnel, organization, financial, and subcontractor/partners) to ascertain its ability to perform the requirements of the contract. This procurement is open to large and small business concerns. All responsible sources responding to the RFP will be considered. Small businesses, SDB's, and WO businesses are encouraged to participate. The solicitation document will be available on fedbizopps site or after February 10, 2003. Telephone and e-mail requests for the documents will NOT be accepted.
 
Place of Performance
Address: US General Services Administration, Pacific Rim Region
Country: USA
 
Record
SN00236485-W 20030111/030109213701 (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.