Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
MODIFICATION

R -- Construction Manager Services

Notice Date
3/2/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), West Service Center (6PWT), West Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P05GYD0007
 
Response Due
4/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SYNOPSIS IS HEREBY BEING MODIFIED TO CORRECT PROJECT CONTROL NUMBER TO RMO25551. ALL OTHER INFORMATION REMAINS UNCHANGED. SOLICITATION FOR CONSTRUCTION MANAGER (CM) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, General Services Administration, 1500 E. Bannister Road, Room 2135, Kansas City, Missouri 64131-3088. Project Control Number RMO25551. Request for Proposals (RFP) on or about March 16, 2005. No document charge or deposit is required. Request list of those received RFP no later than ten days before submittals are due. The contract will cover the States of MO, KS, NE, and IA, but will have a primary geographic area. Firms will generally receive work in the primary area, but may receive work in other parts of the four state region. The primary geographical area is the City of Kansas City, which includes the Kansas City Standard Metropolitan Statistical Area (SMSA), the city of Columbia, MO, and the portion of the State of Missouri west of Columbia, the State of Nebraska and the State of Kansas. Project involves: Building construction projects having a construction cost less than $5,000,000. CM services may include (1) Pre-Design Services (design programming, developing management plans, schedules, budgets, and studies); (2) Design Phase Services (design review, cost estimate review schedules, cost control); (3) Construction Phase Services (inspection to assure contract compliance, daily logs, progress reports, write and negotiate change proposals on behalf of the Government, process contractor invoices); (4) Post Construction Phase Services (converting red-lined as-built drawings to CAD drawings): and (5) other related services as required. Typical projects include initial space alterations for tenant agencies, replacing/adding building system components (switchgear, roofs, boilers, chillers, HVAC equipment, and low voltage monitoring & Control systems such as fire alarm), and parking lot improvements. The majority of the projects will have estimated construction costs in the range from $50,000 to $2,000,000. Additional similar projects may be added to the contract if mutually acceptable to the Government and the CM. The minimum contract amount to be awarded per year is $2,000. The maximum amount payable under this contract shall not exceed $1,000,000 per year or any exercised option periods. The term of the contract is one year. However, at the option of the Government and if the CM contractor?s performance is satisfactory, the contract may be extended for up to four additional one-year option periods. 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 these projects, nor serve as a subcontractor or consultant to any A-E or construction contractor for these projects. This is a competitive negotiated acquisition. Because of the critical role of the CM, the Government intends to use the ?best value concept? in selecting a CM. The ?best value concept? is a method of evaluating price and other factors specified in the solicitation; with the goal being to select the proposal that offers the best value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most for the money, not necessarily to select the lowest price. The Request for Proposal (RFP) contains the contract terms, scope of work and the proposal submittal requirements. The RFP will be available o/a March 16, 2005. Proposals shall be received in this office o/a April 19, 2005. Specific date and time shall be specified in the RFP. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals. Technical factors and price will be considered. Technical evaluation factors, in relative order of importance, are (1) Qualifications of Organization; (2) Qualifications of Proposed Personnel; and (3) Management Plan. The price factor is not as important as the technical evaluation factors, however, as proposals become more equal in their technical merit, the evaluated cost or price becomes more important. Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the members to provide a quality service. The proposed contract is 100% set-aside for small business concerns (see numbered note 1). Applicable NAICS Code is 236220 and the size standard is $28.5 million The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address: www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor's responsibility to monitor FedBizOps for any changes and/or conditions. The use of the Online Representations and Certifications Application (ORCA) is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy with each offer. Please enter and maintain your representation and certification information via the internet at http://orca.bpn.gov. Once there you will find detailed information regarding ORCA, how to submit your record, and whom to call for assistance under Help. To prepare for and register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) as identified in the CCR record.
 
Place of Performance
Address: See Synopsis Above
Country: US
 
Record
SN00761370-W 20050304/050302212608 (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.