Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOURCES SOUGHT

Z -- CMc Services for Repairs and Alterations, GT Leland Federal Building, Houston, TX

Notice Date
7/18/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Gulf Coast Service Center (7PEG-FW), 819 Taylor Street, Room 12A05, Fort Worth, TX, 76102-6181
 
ZIP Code
76102-6181
 
Solicitation Number
GS-07P-06-URC-0064
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a SOURCES SOUGHT SYNOPSIS only. The purpose of the Sources Sought Synopsis is to gain knowledge of potential qualified small business sources for to obtain the services of a Construction Manager as Constructor for the GT Leland Federal Building in Houston, Texas. The contract is for Design Phase Services and Optional Construction Phase Work for the proposed repairs and alterations to the GT (Mickey) Leland Federal Building in Houston, Texas. Project Number ITX00214, GSA Building Number TX0298ZZ. The Design Phase Services will be a Firm-Fixed-Price contract. The Construction Phase Work is an option which may be awarded if the Government and the Contractor agree upon an Estimated Cost of the Work (ECW) and Construction Contingency Allowance (CCA) is agreed and funding is available. The GT Leland building is located at 1919 Smith Street in the Central Business District of Houston, Texas. The building was constructed in 1983 as a speculative office building and purchased by the General Service Administration (GSA) in 1986. It contains 496,286 gross square feet and is 22-stories tall with a basement and an adjacent six-story parking structure connected by an outdoor plaza, breezeway and underground tunnel. With an occupancy rate of 98%, the building provides a strong Federal presence to downtown Houston. The building population is currently 841 occupants. In addition to the 373 structured parking spaces are 94 surface parking spaces. GSA proposes to repair the existing plaza, breezeway, electrical vault and garage to correct cracks, utilization, security and drainage issues, replace all window units with new insulated and low-E windows, upgrade the fire protection system, replace chiller valve parts and upgrade air-handling units, complete elevator modernization excluding new controllers, clean and re-caulk building exterior and apply protective sealant, upgrade main entry and building lobby, replace concealed-spline ceilings, replace mercury vapor lighting fixtures, upgrade common area restrooms for ADA compliance, replace drinking fountains, provide ADA compliant van accessible parking space in surface in surface lot, install ADA compliant elevator at breezeway and tunnel connection, and provide ADA modifications in the existing parking garage. GSA Greater Southwest Region, Solicitation No. GS-07P-05-URC-0064. The Estimated Construction Cost Range is $20,000,000 to $25,000,000. The scope of services will require at a minimum: provide professional, technical, administrative and clerical personnel as needed to perform all required services including, but not limited to, those described below. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly design review and construction of the proposed project. The CMc shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical, fire protection and electrical reviewers, cost estimators, CPM analysts, field engineers, field support staff, construction supervisors, construction superintendents, testing engineers/technicians, and other disciplines. The scope of CMc services under this proposed contract includes Design Phase Services and optional Construction Phase Work. The base contract shall consist of the Design Phase Services. The Construction Phase Work shall be priced as an option exercisable by the Government when the design is complete, the Estimated Cost of Work and Construction Contingency Allowance is agreed and funding is available. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention and budgeting. The CMc shall have a full understanding of the project, its contract documents and the principles of Federal construction contracting and contract administration. The CMc shall have complete responsibility for construction of the repairs and alterations of the facility. At the time of contract award, presently planned to occur prior to the submittal of Design Development (DD) documents, the price for Design Phase Services and the CMc?s Guaranteed Maximum Price will form the basis of the contract. The CMc?s Estimated Cost of the Work (ECW), Fee, and Construction Contingency Allowance (CCA) shall be priced when the design is complete and funding is authorized. The CMc shall seek competitive proposals for subcontractor pricing of the Construction Phase Work. The building will be completely occupied during the entire construction phase. Therefore, the construction shall be phased so that the tenant agencies can complete its routine mission during normal business hours without interruption. Interested parties should have completed (3) projects, completed within the past five (5) years, in excess of $20,000,000 construction cost, where the firm provided Design Phase Services similar to those required under this project. Interested parties should also have performed Construction Phase Work using CMc as Constructor or CMc at Risk delivery, or in which they acted as a traditional General Contractor constructing courthouses or other similar complex construction or renovation projects with construction cost greater than $20,000,000. Interested parties who meet the above requirements are requested to submit a one-page letter to Carrie Haman, Contracting Officer, no later than July 26, 2006. Letters can be submitted via e-mail to carrie.haman@gsa.gov or by facsimile to (817) 978-7194.
 
Place of Performance
Address: 1919 Smith Street,, Houston, TX
Zip Code: 77002
Country: UNITED STATES
 
Record
SN01092010-W 20060720/060718221412 (fbodaily.com)
 
Source
FedBizOpps 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.