Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOURCES SOUGHT

Y -- Construction Manager as Constructor (CMc) for the NOAA La Jolla Lab Consolidation Project

Notice Date
1/22/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-AB133A-08-SS-0001
 
Response Due
2/1/2008
 
Archive Date
2/16/2008
 
Point of Contact
Judi Jzyk, Contract Specialist, Phone (206) 526-6039, Fax (206) 526-6025
 
E-Mail Address
judi.m.jzyk@noaa.gov
 
Description
SOURCES SOUGHT NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. A market survey is being conducted to determine if there are adequate small businesses that are capable of providing services for a proposed project that meets the specific criteria outlined below. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice or pay for the preparation of any information submitted. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of providing complete Pre-construction Phase Services, with the expectation that this effort will continue through Construction and Construction Phase Services for NOAA's La Jolla Lab Consolidation Project for the Southwest Fisheries Science Center located in La Jolla, California. The approximate 124,000 gross square foot facility is anticipated to include a combination of office, storage, chemical and biological laboratories, acoustic-optical test tank facility, light industrial shops, computer labs, conference rooms, library, telecommunication facilities, hazardous waste storage, and parking. The proposed site is an undeveloped 3.305 acre site which slopes steeply in excess of 25% from high to low points. The existing topography includes natural and man-made slopes. It is anticipated that a firm-fixed price contract will be awarded to provide (1) Base Services of Pre-construction Phase Services with (2) an option to provide Construction Phase Services which continues into the facility construction under acceptance of a Final Guaranteed Maximum Price (GMP) submission by the contractor. Services will be required to construct the facility, manage construction, and work with an A/E previously selected by the Government, for both Pre-Construction (planning, estimating, scheduling, reviews, and other consulting services while acting as the design reviewer) and all Construction activities. The CMc will work actively and cooperatively with the A/E to develop a quality design and construction project while successfully managing the project budget and schedule for the Government. The North American Industry Classification Code (NAICS) is 236220 with a size standard of $31 million. The Magnitude of Project is between $75 and $100 Million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). Interested firms should submit a Capabilities Statement, in writing, which includes its firm name, address, point of contact, telephone number, business type and size and a brief narrative regarding its capability to provide the services as described above. Also, the capability narrative should include relevant current and past projects similar in size and complexity as described above, address how your firm as the prime contractor would comply with the Small Business Administration's requirement to perform a minimum of 15% of the cost of the contractors with your own workforce and way within the size determination requirements, list the largest construction project your firm has completed as a prime contractor, give an example of a construction project that was managed by your firm and successfully LEED certified, address whether your firm has ever completed a construction project under a CMc (construction manager as constructor) type contract, and if so explain your firms approach at CMc Management, and address your firms ability or experience in dealing with numerous stakeholders, i.e., Federal Government owner, California Coastal Commission, University of California-San Diego, other local community group, Federal and State entities, etc. Also, the statement should address the firm's ability to comply with the bonding requirement of a 20% bid guarantee, and upon award a 100% performance bond, and 100% payment bond by providing a letter from the proposed bonding company noting the upper limit of your firm's bonding capacity considering the upper [Bonding Amount] for this project to be the maximum at $125 million. It is the Government's intent to analyze responses to determine whether to limit competition to small business or to proceed with issuing an unrestricted solicitation. All firms interested in providing a future proposal for this project must submit the requested information by email to the attention of Judi M. Jzyk, Contract Specialist at judi.m.jzyk@noaa.gov by 1:00PM PST, February 1, 2008. NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Place of Performance
Address: La Jolla, California
Zip Code: 92038
Country: UNITED STATES
 
Record
SN01489434-W 20080124/080122223225 (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.