SOLICITATION NOTICE
Y -- Recovery: Edith Green/Wendell Wyatt Federal Building Modernization
- Notice Date
- 4/28/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10P-09-LT-C-0052
- Point of Contact
- Chad O'Brien, Phone: 253-931-7157, Patrick A Brunner, Phone: 253-931-7155
- E-Mail Address
-
chad.obrien@gsa.gov, pat.brunner@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- PROJECT DESCRIPTION: GSA is seeking a contractor to perform as CMc (Construction Manager as Constructor) for the Edith Green Wendell Wyatt (EGWW) Federal Building Modernization Project at 1220 SW Third Avenue, Portland, OR. BACKGROUND: Originally (approximately 2 years ago), this project envisioned a building upgrade to include ADA restrooms, seismic, electrical, HVAC distribution, complete building re-cladding, secure entry, blast and seismic resistance, lower level exit, 1st Impressions, tenant space, finishes, HVAC replacement, and security system equipment. The goal was to achieve LEED Silver Certification. Work involves renovation of about 500,000 gsf of space. The project was put on hold when Congress did not appropriate the construction funding. CURRENT UPDATE: This project is now being funded under American Recovery and Reinvestment Act (ARRA). The project is being re-scoped to align more closely with the High Efficiency Green Building requirements (Energy Independence and Security Act, EISA) as mandated by ARRA. The re-scoping effort will include a workshop hosted by GSA in EGWW on May 14th and 15th. WORKSHOP REGISTRATION: Contractors planning to compete for the CMc contract are invited to attend the workshop. Space is limited, so attendance will be limited to 1 representative per contractor. Participation will be limited to auditing the workshop only (not active participation). Interested participants should register by contacting Chad O'Brien at chad.obrien@gsa.gov. OCCUPANCY STATUS (DURING CONSTRUCTION): Originally, GSA intended to renovate the building while the building was occupied, with construction activity meticulously phased around the tenant agencies, requiring tenants to be moved to swing space and back to their final space in the building. AS THE PROJECT IS BEING RE-SCOPED, GSA IS ATTEMPTING TO VACATE THE BUILDING BEFORE CONSTRUCTION BEGINS. PROJECT CONSTRAINTS: ARRA funding must be obligate by September 2010, meaning GSA and the CMc must reach agreement on the Guaranteed Maximum Price (GMP) by that date. Construction funding must be expensed by September 2014. ARRA prescribed Buy American, Whistleblower, and Reporting and Invoicing requirements will be included. VARIATION FROM TYPICAL CMc DELIVERY METHOD: The CMc solicitation (RFP) may require that the CMc also include or propose up to 5 first tier subcontractors. The RFP and resulting contract will include an option to acquire A-E services after award. That option would only be exercised if agreement on the A-E scope of work for CA phase services cannot be reached by GSA, the CMc, and GSA's A-E. EARLY EXCHANGES: Early exchange meetings have been conducted with interested parties that responded to the original pre-solicitation notice (posted 2 years ago). GSA will meet with any party interested in competing for the CMc contract. During the meeting GSA will present a timeline of project activity to date and answer any project related questions. As early exchange meetings occur, GSA will summarize those exchanges and post them with this notice. GSA will also post relevant technical documents related to this project (for example, summary of the workshop conducted on May 14th and 15th). PROJECT MAGNITUDE: The Estimated Cost of Construction is between $110,000,000.00 and $125,000,000.00. PROJECT DURATION: GSA has re-opened the A-E contract with the original designer, SERA Architects. SERA will be responsible for updating the technical requirement package (DDs/CDs). The CMc design phase services are projected to last 6 months. The construction duration is projected to last 30-40 months. COMPETITION: Unrestricted. CONTRACTING METHOD: Best Value Source Selection, Guaranteed Maximum Price (GMP) Contract Type with Construction Manager as Constructor (CMc) Delivery Method with potential Award Fee. The scope of CMc services is to include Design Phase Services (constructability reviews, value engineering, project schedule and construction cost development, etc.) and Construction Phase Services (construction contract and subcontract administration, CPM scheduling, monitoring of construction costs, etc.). For this contract, technical factors will be given greater weight than price (Design Phase Services and the GMP Proposal) in the selection of a successful offeror. PROPOSAL SUBMISSION REQUIREMENTS: GSA presently plans to evaluate proposals in two Phases. In Phase 1, offerors will be evaluated on technical factors including qualifications, past performance, and key personnel. Phase 2 offerors will be evaluated on submission of their GMP Proposal consisting of a conceptual estimate and pricing for Design Phase Services, and any other requirements stated in detail in the RFP. PLEASE NOTE, THE ACTUAL PROPOSAL REQUIREMENTS MAY CHANGE BASED ON FEEDBACK RECEIVED DURING EARLY EXCHANGE ACTIVITY. CONTRACT AWARD: A guaranteed maximum price (GMP) contract will be awarded. SOLICITATION ISSUE DATE: Presently, the RFP expected release date is July 7, 2009. GSA is attempting to better that date and may post a draft copy. PRE-PROPOSAL CONFERENCE: A pre-proposal conference is likely to be conducted. The conference date will be confirmed via posting in FBO at a later date. SOLICITATION DISTRIBUTION METHOD: Exclusively via FedBizOpps electronic postings. No paper documents will be issued. REGISTRATION: It is strongly recommended that interested parties click on "Add Me to Interested Vendors" at the bottom of the solicitation to be added to the interested vendors list for contact and networking. Additionally, it is strongly recommended that interested parties click on "Add to Watchlist" at the bottom of the solicitation to receive notification of additional postings related to this project.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e10c4df8aade058b4f5e2c23ad8d690b&tab=core&_cview=1)
- Place of Performance
- Address: 1220 SW Third Avenue, Portland, Oregon, 97204, United States
- Zip Code: 97204
- Zip Code: 97204
- Record
- SN01803201-W 20090430/090428215827-e10c4df8aade058b4f5e2c23ad8d690b (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 |