Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

Z -- CONSTRUCTION MANAGER AS CONSTRUCTOR SERVICES FOR HENRY M. JACKSON FEDERAL BUILDING, SEATTLE, WA

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-02-LTC-0062
 
Response Due
9/4/2003
 
Point of Contact
Wayne Benjamin, Contracting Officer, Phone 243-931-7290, Fax 253-931-7395, - Wayne Benjamin, Contracting Officer, Phone 243-931-7290, Fax 253-931-7395,
 
E-Mail Address
wayne.benjamin@gsa.gov, wayne.benjamin@gsa.gov
 
Description
SYNOPSIS: GSA will acquire the services of a Construction Manager As Constructor (CMc) for the modernization of the Henry M. Jackson Federal Building, Seattle, Washington, under a multi-step advisory and best value source selection process. A firm fixed price contract is contemplated comprised of a Pre-Construction Base item along with Optional Construction line items. CMc RESPONSIBILITIES: The scope of CMc services under this proposed contract includes Pre-Construction Services, all Construction, including relocation and protection of building occupants and cooperation in support of building operation; and Construction Phase Project Management and Administrative Services. The services requested of the CMc shall cover a wide range of design support and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). The CMc must maintain a team with experience and capability to manage and coordinate the timely and orderly construction of the proposed project. BUILDING DESCRIPTION: The Jackson Federal Building (JFB) opened in 1974. It is an office building, housing multiple agencies. All agencies are equipped with sensitive IT systems requiring absolute security. Normal operation of all occupant systems and all building systems, including emergency-mode operation of emergency systems, must be maintained throughout the project. The CMc shall provide full cooperation with GSA building operations staff to assure that occupants and operations are sustained without lapse during extended business operation hours. The building occupies the hillside block between 1st and 2nd Avenues, and Madison and Marion Streets. It is 36 stories plus basement and penthouse. The 32+ story steel frame tower stands on a 5-story reinforce concrete base structure. The steel frame is fire-protected, with asbestos containing material used for floors 5 through floor 30. There are 22 elevators. The HVAC system is predominantly dual-duct variable volume, with fully programmable electronic controls. Return air is conducted through the ceiling space. The building is fully sprinklered. The fire alarm system provides emergency notification to the occupants, and automatic shutdown of the forced air systems. Emergency mode operation includes limited service by activation of an emergency generator, and manual operation of a partial smoke management by the Fire Department. Access to the building is carefully controlled for security purposes, and all project personnel must receive security clearance. There will be no contractor parking on site and projects storage space on site is severely limited. There may be simultaneous, separate construction contracts within the building. PROJECT SUMMARY: Project will provide improvements to building infrastructure along with renovations to various areas within the building. Project work consists of multiple Project Packages (PP); some interrelated with each other, some independent. Three Prime Design teams were engaged to accomplish the design work for one or more Project Package (PP). The PP numbering reflects this as follows: PP/11 ? Building frame seismic structural work. PP/12 ? Elevator control systems, some elevator hardware, and structural work in the shafts ? plus an elevator maintenance agreement. PP/13 ? ADA improvements for restrooms. PP/14 ? Repair or replace membrane and masonry of the exterior multilevel plaza. PP/21 and PP/21A ? Heating system conversion to Natural Gas. PP/22 - Smoke management systems improvements. PP/23 ? Miscellaneous mechanical work. PP/31 and PP/31A ? Cafeteria kitchen, servery, and dining room modernization. Project management details, including pricing, tracking, payment, and closeout will be conducted, as much as possible, by PP. The maximum ECC (Estimated Construction Cost) is between $30-$40 Million. As a potential price control measure GSA may opt to acquire the heat system conversion as an individual contract. CMc SELECTION PROCESS: A negotiated, best value, fixed price contract under FAR15.101-1, will be used for selection of the CMc. The CMc will be competitively chosen using Advisory Multi-Step (FAR15.202) and Source Selection Procedures (FAR15.3). STEP 1 Request for Qualifications (RFQ): This step invites potential offerors to submit information based on criteria that allows GSA to advise the offerors about their potential to be viable competitors. GSA will evaluate all responses in accordance with the criteria stated in future postings, and shall advise each respondent either that it will be invited to participate in the resulting acquisition or, based on the information submitted, that it is unlikely to be a viable competitor for this acquisition. GSA will advise respondents considered not to be viable competitors of the general basis for that opinion. The Offerors are reminded that in accordance with FAR 15.202, notwithstanding the advice provided by GSA in response to their submissions, they may participate in the resulting acquisition. Firms that do not submit a response to Step 1 will not be eligible to compete in the resulting acquisition (step 2). The RFQ, selection criteria and submission date for Step 1 will be issued in a forthcoming posting. STEP 2: The offerors who are invited to participate in the resulting acquisition will be issued a Request for Proposal (RFP), which will include additional selection criteria along with detail construction documents. SB-SDB Participation: Although this procurement is open to large business, small and minority-owned firms are strongly encouraged o participate. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. INTERESTED FIRMS: Are requested to provide a response of interest to this posting to wayne.benjamin@gsa.gov, request only that prime contractors provide a notice of interest. ******Future postings will detail the response date and criteria elements for STEP1, Pre-Solicitation site visit and networking session.******
 
Place of Performance
Address: Seattle, WA
 
Record
SN00409146-W 20030823/030821214229 (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.