Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2009 FBO #2628
SOURCES SOUGHT

Y -- Sources Sought: 8(a), HUBZone, Service Disabled Veteran Owned Small Business - Construction Management Services

Notice Date
2/3/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-09-CM_Services
 
Archive Date
3/4/2009
 
Point of Contact
Daria Giannotti,, Phone: 215-446-4597
 
E-Mail Address
daria.giannotti@gsa.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible HUBZone, 8(a) or Service Disabled Veteran Owned Small Business firms that would be interested in submitting offers for this anticipated solicitation for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Construction Management Services in support of regional new construction, renovation, and lease/ design-build projects. Region 3's geographic area includes the states of Delaware, Pennsylvania, southern New Jersey, West Virginia, Maryland and Virginia, except for the excluded jurisdictions of Washington, DC, and the surrounding jurisdictions of Montgomery County and Prince George's County in Maryland, and Alexandria City, and the counties of Arlington, Fairfax, and Loudoun, and Prince William in Virginia. Construction Management Services will include, but not limited to, the following: 1) Pre-Design/Programming Phase Services – Feasibility studies, space programming, budget estimates, site studies, site surveys, economic studies, environmental assessments, and similar work; 2) Design Phase Services – Assisting GSA in management of design contracts, constructability reviews, cost estimating, cost control and management, commissioning planning, scheduling, and identification of long-lead items; 3) Procurement Phase Services - Assisting the government in preparing the Request for Proposals, amendments, site visits, pre-proposal conferences and similar activities; 4) Construction Phase Services – Assisting GSA in administration of construction contracts, coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, cost control and management, inspections, testing, commissioning planning/preparation, commissioning, and other required supplemental services; and 5) Post Construction Phase Services – Post-Occupancy evaluations, commissioning of building systems, formulation of lessons learned, identification of revisions to building criteria, claims analysis/negotiations and similar work. The CM shall provide GSA with sound management advice regarding each project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CM shall have a full understanding of each project, the approval process, budget, the contract documents, and the principles of Federal contracting and contract administration. Each anticipated contract may be awarded for a period of one year with four subsequent one-year options with a maximum order limitation (MOL) of $30 million over the full length of each contract. The solicitation is anticipated to be issued in late March/early April 2009, with award being made by September 2009. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $33.5 million. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. All interested HUBZone, 8(a) or Service Disabled Veteran Owned Small Businesses contractors should notify this office by email on or before February 17, 2009, 3:00pm, Eastern Time of their interest. The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a HUBZone, 8(a) or Service Disabled Veteran Owned Small Business (2) Past Experience - Provide descriptions of projects substantially complete or completed within the last eight years that provided construction management services for new construction, renovation, and lease/design-build construction with total project construction costs ranging from $100,000 to greater than $15,000,000. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, type of construction, and a description of how the experience relates to the proposed procurement. Interested firms should submit a Letter of Interest with the above requested information to Daria Giannotti, Contracting Officer. Please email your response to daria.giannotti@gsa.gov by February 17, 2009, 3:00pm, Eastern Time. For additional information regarding this potential opportunity, please contact Daria Giannotti at telephone 215-446-4597. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1bb3344c78f62d27c919ef5e748fe25d&tab=core&_cview=1)
 
Place of Performance
Address: Delaware, Pennsylvania, southern New Jersey, West Virginia, Maryland and Virginia, except for the excluded jurisdictions of Washington, DC, and the surrounding jurisdictions of Montgomery County and Prince George's County in Maryland, and Alexandria City, and the counties of Arlington, Fairfax, and Loudoun, and Prince William in Virginia., United States
 
Record
SN01742890-W 20090205/090203215302-1bb3344c78f62d27c919ef5e748fe25d (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.