Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

Y -- CMc for the Denver Federal Center: Utility Infrastructure Project

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-06-JFC-3033
 
Response Due
10/6/2006
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 303-236-8000x2279, Fax 303-236-3606,
 
E-Mail Address
jason.gerloff@gsa.gov
 
Description
GSA Design Excellence Solicitation for Construction Manager as Constructor (CMc) Pre-Construction/Design Services CMc Pre-Construction Services Solicitation # GS-08P-06-JFC-3033 Region: 08 City: Denver State: Colorado Contracting Officer: Jason Gerloff Phone Number: (303) 236-8000 x2279 PROJECT: Utility Infrastructure Renovation, Denver, CO BUILDING TYPE: Federal Campus PROJECT TYPE: Utility Infrastructure HISTORIC STRUCTURE: [ ] YES [X] NO (Note: Historic Features exist with the Denver Federal Center, and some of the new utilities will provide services to these historic facilities or run adjacent to some historic features). CLIENT AGENCY: GSA along with 29 other agencies who encompass the Federal Center SIZE: 1 square mile PARKING SPACES: N/A BUDGET: $30 to $40 million dollars FUNDING: Funds are Currently Available. Pre-Construction Services are expected to be awarded in early Fiscal Year 2007 (Construction award is anticipated for Fiscal Year 2008) GEOGRAPHIC LIMITATION: None SMALL BUSINESS SET ASIDE: N/A The General Services Administration (GSA) Rocky Mountain Region announces an opportunity for Construction Manager as Constructor (CMc) Services related to the replacement and modernization of the Denver Federal Center Utility Infrastructure in Denver, Colorado. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian Federal employees. In this context, GSA announces an opportunity for performance of CMc Pre-Construction/Design Services in accordance with GSA quality standards and requirements. As required by law, all facilities will meet Federal energy targets and security requirements. PROJECT DESCRIPTION The Denver Federal Center is a federal campus located in Lakewood, Colorado on 670 acres of land. Originally, the site was developed for a small arms ammunition plant that was built in 1941 to support the World War II effort. After the war, the site was adapted as a Federal complex for office, lab and warehouse use. Currently, there is approximately 3.9 million RSF, 7,000 parking spaces and 90 buildings which houses approximately 30 agencies and bureaus. The DFC is surrounded by 4 major thoroughfares providing easy and direct access from downtown Denver, Metro Denver, Colorado Springs and Golden for tenant agencies, customers and associates. The Federal Government is the second largest employer in the Lakewood community. Community and visitor attractions include, National Archives, Child Care and Infant Toddler Center, Wellness Center, GSA Property Sales, Credit Unions, Training Centers, USGS Map Sales, Technology Information Center and BOR School Tours. The project involves the complete replacement of domestic and fire water lines, complete replacement of sanitary sewer, partial replacement of storm water lines, electrical, and telecommunications lines and will provide a reliable utility infrastructure that will allow GSA to continue providing service to tenant agencies for the next 50 years. SCOPE OF WORK Selection of the CMc ? type firm will be in accordance with the federal acquisition regulations, source selection procedures and the ?Best Value Trade-Off? process. All elements of work to be executed must be within the congressionally mandated cost limitation. As part of the CMc Pre-Construction Phase, the CMc shall work with the A E and the Government in a cooperative team effort to ensure a quality project, within the mandated schedule and budget. For the Pre-Construction portion of this contract, GSA intends to have the contractor perform services such as: preliminary evaluation of design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing cost estimates, preparing independent cost estimates in various formats, controlling schedules, keeping records, reporting on design and construction progress, resolving problems, conducting Value Engineering (VE) exercises, conducting constructability reviews and performing administrative and other services as defined in this scope of work, in addition to other related services deemed necessary to provide for a completely functional multi-system utility infrastructure. For the Construction Phase of this project, the major work items include the replacement of the existing utility infrastructure as defined within the contract documents. Construction will be phased and the Denver Federal Center will remain operational by all 30 federal agencies during construction process. All campus systems will remain in operation during construction and the project phased to avoid disruption to occupants. The Total Estimated Construction Cost range is $30 million to $35 million. The construction duration will be approximately 24 months. This amount or duration does not include Pre-Construction Phase services (Base Contract). CURRENTLY FUNDS ARE AVAILABLE FOR THE BASE CONTRACT. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to an owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction services. 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). In contrast to a CM that is not also a constructor; the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A-E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting VE exercises, conducting constructability reviews, constructing the multi-system utility infrastructure, pump station, and water storage facility at or below the defined budget or Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional multi-system utility infrastructure. At the time of the CMc contract award, which is projected to coincide with the Design Development Phase, project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGS Document 565) and ?Standard Form of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor?. The proposed project includes: ? Updating the sanitary sewer master plan excluding the redevelopment area. ? Developing a water system master plan excluding the redevelopment area. ? Replace existing pump station and wet well. ? Installing two new alternate water supply connections and installing additional piping loop connections and isolation valves. ? Combine fire protection water system supply piping with the domestic water piping to have a single supply system, per Denver Water?s design and construction requirements. This also includes the installation of new hydrant assemblies. ? Partial Replacement of sanitary sewer system collection lines and manhole rehabilitation. ? Replace a portion of existing overhead communication lines with new underground lines. ? Install approximately one mile of duct bank to replace overhead wire systems and connect dead-end electrical loops. ? Replace electrical distribution switchgear components. ? Experience working within contaminated environmental areas is required. The project is also to include GSA design standards for secure facilities; conformance to the GSA?s PBS P-100 (Facility Standards for Public Buildings), sustainability goals, and customer agency requirements. In addition, because this work is on a secured federal campus, security clearances are required prior to working on the site. SELECTION PROCESS Proposal Submission Requirements: Proposals will be evaluated using the Source Selection Best Value Process. Offerors must submit information addressing the technical evaluation factors identified below that will be evaluated by the Source Selection Board as well as pre-construction fees (base award) and a guaranteed maximum price for construction (option). With a competitive range established, the most qualified firms will then be invited to deliver an oral presentation that will take place at the Denver Federal Center, Denver, Colorado. A ?best value, trade-off? process will determine which offer is in the best interests of the Government. For this procurement, technical factors when combined are more important than cost or price. The Government reserves the right to make an award based on initial proposals without conducting negotiations. Contract Award: The base contract will be awarded to the selected firm to provide Pre-construction Phase services. Option prices will be accepted for Construction Phase services at the time of the base contract award, but will be negotiated once design documents are completed. Small Business Participation: This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. The NAICS code applicable to this solicitation is 221310, and the corresponding size standard for determining whether or not a firm qualifies as a small business is $6.5 million in average, annual receipts (gross) over the past three years. Although this procurement is not set aside for small business, small firms (including woman-owned, minority-owned, HUBZone, Veteran-Owned small firms, and service disabled Veteran-Owned business) are strongly encouraged to participate in the construction and renovation of Federal facilities. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunities to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. However, ALL firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local (Denver area) business concern participation. Contractors will submit a written narrative (limited to one type written page) along with their offers that outlines their outreach efforts made to utilize local firms. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern and/or a small disadvantaged business concern, firms must be certified by the SBA. Please refer to the SBA website for details at www.sba.gov. Joint Ventures: Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality CMc team effort. How to Offer:. Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting the following information: a one-page letter on company letterhead stating interest in the project referencing SOL: GS-08P-06-JFC-3033; PN6ia0857: CMc Utility Infrastructure Project, a copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the following information- name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); a valid DUNS number for the business whose license is presented (If a company does not have a Duns number please contact Dun & Bradstreet at (1-800-362-3425); a valid IRS Tax ID number for the business whose license is presented; and a valid picture state drivers license of the person(s) to whom the documentation is to be entrusted. Firms providing this information by October 6, 2006 will be provided a copy of the Request for Proposals (RFP) package. The tentative date for release of the RFP is Tuesday, October 10, 2006. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to: Cindy Andersen, Contract Specialist General Services Administration Property Development, 8PF Denver Federal Center Rm 275, Bldg 41 Denver, Colorado 80225-0546 PLEASE NOTE THAT NO FAXES WILL BE ACCEPTED. Once GSA has received the proper information, each contractor will be faxed a Document Security Form (2 pages) in which they must sign and fax back. Failure to sign and return by fax will delay your company from receiving the RFP. Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-FEB-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/8PF/GS-08P-06-JFC-3033/listing.html)
 
Place of Performance
Address: Denver Federal Center Denver, CO
Zip Code: 80225
Country: UNITED STATES
 
Record
SN01236334-F 20070223/070221222415 (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.