Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

R -- Construction Management (CM) Services for the Facility-Wide Modernization and Expansion, U.S. Land Port of Entry, Alexandria Bay, NY

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS02P04DTC0047(N)
 
Response Due
8/24/2004
 
Point of Contact
Patricia Wright, Contract Specialist, Phone 212 264-4276, Fax 212 264-0588, - Patricia Wright, Contract Specialist, Phone 212 264-4276, Fax 212 264-0588,
 
E-Mail Address
patricia.wright@gsa.gov, patricia.wright@gsa.gov
 
Description
The General Services Administration (GSA), Northeast and Caribbean Region, announces an opportunity for Construction Management Services to support GSA?s Design and Construction Excellence Programs. The U.S. General Services Administration seeks a Construction Management (CM) Firm for Design Review Phase Services (base contract), Construction Phase Services (option), Post Construction Services (option), and Total Building Commissioning Services (option) for a Facility-Wide Modernization and Expansion project to the existing US Land Port of Entry (Port) at Alexandria Bay, NY. This work will be performed in accordance with GSA quality standards and requirements, Solicitation No. GS-02P-04-DTC-0047(N), Project No. NNY 04001. This project will modernize and expand the existing Port (US Border Station) at Alexandria Bay, NY with a principal emphasis on site development, road construction, and infrastructure improvements. As a gateway to the United States, the Port must efficiently process traffic demands and operational requirements, while maintaining adequate safety for the staff and security of the border. An appropriate Port design must holistically unify existing and new structures/program components into a distinguished and businesslike image reflecting the official status and serious law enforcement functions of the Port. The expansion, over existing and approximately 50 acres of newly acquired land, consists of the construction of new and relocated commercial vehicle queuing, parking, and inspection areas. Additionally, the project includes, but will not be limited to the following: renovated and expanded administration building; new commercial inspection warehouse with 6 docks; new VACIS building; new maintenance building; new and expanded commercial vehicle queuing; inspection and parking areas; two additional commercial inspection lanes; new primary commercial vehicle inspection booths with canopy for commercial traffic; infrastructure for the customs brokers? offices (broker village); new livestock processing (Veterinary Services) facility with wastewater treatment; demolition of structures and site features as required; temporary facilities to accommodate uninterrupted operations; extensive rock removal; extensive site work to facilitate new construction, roadways, and parking areas; New bus and passenger vehicle inspection lane; demolition of some structures and site features; temporary facilities to accommodate uninterrupted facility operations; and extensive site work. All services shall be performed under the direction and supervision of professional licensed architects and/or engineers. To assure maximum efficiency of communication, an e-mail address will be maintained by the CM?s home office and the CM?s field office. The CM is required to have and be proficient in the use of Primavera and MS Project. The CM is required to become proficient with Buzzsaw, and DrChecks. The proposed project team must have the ability to provide services for projects involving construction and hazardous material abatement. Project documents are in strict System International (SI) metric units. The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical and electrical) with in-house personnel, joint venture or firm/consultant. The Estimated Construction Cost Range for this Facility-Wide Modernization and Expansion project is between $60,000,000.00 to $65,000,000.00. The firms shall be evaluated on interdependency of members with the demonstrated ability to provide a quality design review effort. Additional information, on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be permitted. Joint Ventures must clearly identify their contractual arrangement. The scope of services is for the design review phase, an option for the construction phase, an option for the post construction phase and an option for as-built drawings. The design phase services include, but will not be limited to review of design and construction documents for constructability and sustainability, participation in value engineering studies, recording minutes of meetings, record keeping, electronic project management, schedule control, reporting progress, meeting facilitation and attendance, submittal processing, and progress payment processing. Construction phase option services will include project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, and other contract quality assurance functions, responding to information requests, contract modification preparation, claims prevention and claims processing, monitoring labor provisions, photo documentation, general service items and other services. The option for the Post Construction Phase is for claims services. The option services also include, but will not be limited to claims analysis and litigation support. This is a Request for Qualifications (RFQ) of CM Firms interested in contracting for this work. The CM Firm as used in this RFQ is an association, joint venture, partnership, or other legal entity that will have a contractual responsibility for design review and construction management. Joint Ventures must clearly identify their contractual arrangement. Responses must include a composite Standard Form (SF) 330, Part 1, ?Contract-Specific Qualifications?, for the proposed project team and Part 2, ?General Qualifications?, for the prime firm and each proposed consultant (if any). The SF-330 must be dated not more than twelve (12) months before the date of this synopsis. Respondent CM firms will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality design review and construction management services, capacity to follow through on all phases of the project, experience and past performance. The respondent CM is required to include a narrative for each of the projects included in the proposal submitted for evaluation. Information on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be submitted (maximum of 3 pages per project). In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this announcement. CM's are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone numbers of the project owners, contact reference person for A/E firm of record, and owner of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on projects similar to this solicitation, and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons listed as references and persons other than those listed by the CM. Responses to technical evaluation criteria items 1 and 2, below, shall describe three (3) modernization and new construction projects, which have been completed within the past five (5) years. Describe both capability and experience: technical expertise; negotiating; partnering; mediating; inspection; value engineering ability; client communication and community outreach; code and contract compliance; ability to control budget, schedule and quality of the design and construction. Relevant photographic or graphic examples will be permitted. The selection will be based upon evaluation of the following technical evaluation criteria: 1. CONSTRUCTION MANAGEMENT EXPERIENCE [55%]: The firm shall submit a description of its construction management background and experience with modernization and new construction at least $35M for the type construction specified in this solicitation. Describe degree of complexity of projects, experience with site work and ability to control budget, schedule and quality. 2. PROJECT REVIEW EXPERIENCE [25%]: The firm shall submit a description of its design review background for the type of services specified in this solicitation especially experience with: High profile tenants, federal and state agencies and knowledge of applicable government regulations; Design review of modernization and new construction at least $35M and at least 7,261 gross square meters of occupiable space; local and national codes; The following categories shall be addressed: Disciplines: Architectural, Civil, Geotech, Rock Removal Transportation, Structural, Mechanical and Electrical; Specialties: Fire and Life Safety, Security, Seismic, Accessibility, Hazard Abatement (asbestos, contaminated soil, lead, PCB's, etc.), Cost Estimating. 3. MANAGEMENT & ORGANIZATION [20%]: Address management philosophy toward client satisfaction and teamwork, resolving issues, and professional responsibility. Describe management approach to performing the work, namely: management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. Address the capability of staffing the project with qualified CM and the CM's consultants? personnel in relation to their workload fluctuations, ability to meet schedules and ability to effectively respond to the work. Discuss planning for this contract and current workload; office equipment to accommodate the firm's computer aided design (CAD) system and software and specification software compatibility with GSA Region 2. The GSA Slate Selection Board shall screen the qualifications and performance record of the CM submittals and shall short list approximately three firms for interviews and evaluations for the GSA Evaluation Board. Consideration will be limited to firms having an existing active construction management practice in the State of New York. The successful offeror will be required to staff office at job site for the duration of the construction phase. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Construction Management firms having the capability for the proposed work, in order to be considered, must submit all Standard Forms 330 (including Part 1, ?Contract Qualifications and Part 2, ?General Qualifications?, along with a cover letter of interest), with a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm(s) ability to provide similar relevant services as required by the evaluation criteria under Construction Management Experience. All firms being interviewed shall be expected to address their qualifications for the above selection factors and the specific project. A selection shall be made from the interviewed short listed firms, and the name of the selected firm shall be advertised in this publication. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CM (if not a small business of $28,500,000.00 gross average sales receipts for the past three years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goal of 39 percent for Small Businesses to include 5 percent for Small Disadvantaged Businesses, 5 percent for Women-Owned Small Businesses, 3 percent for HUBZone Businesses, and 3 percent for Service-Disabled Veteran-Owned Small Business concerns. In support of the agency's efforts, CM firms seeking consideration for this contract shall demonstrate a proactive effort in achieving these goals and will place subcontracts to the maximum practical extent with the small business categories listed above. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small business, small disadvantaged business, women-owned small business, HUBZone business, and service-disabled veterans business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. A Scope of Work may be obtained from Patricia Wright, Contracting Officer at (212)264-4276. E-mail address: patricia.wright@gsa.gov. Any questions and/or comments may also be address to Ms. Wright. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five (5) copies of all documents required (including Standard Form 330, Part I, ?Contract Qualifications?, and Part 2, ?General Qualifications?, along with a cover letter of interest) to U.S. General Services Administration, 26 Federal Plaza, Room 18-110, New York, NY 10278 by 3:00 p.m., local time on August 24, 2004. The following information must be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-04-DTC-0047(N)/Construction Management Services for a Facility-Wide Modernization and Expansion of US Land Port of Entry, Alexandra Bay, New York, 2) Due Date: August 24, 2004, 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Provision 52.214-7. This contract will be procures under the Brooks Act and FAR Part 36. Note: Submissions delivered to the issuing office will not be accepted. Award of the contract is contingent upon Funding approval. This is not a Request for Proposal (RFP).
 
Record
SN00629825-W 20040725/040723212859 (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.