SOLICITATION NOTICE
Y -- RECOVERY: PRE-SOLICITATION NOTICE FOR CONSTRUCTION EXCELLENCE FOR THE MODERNIZATION OF THE GEORGE C. YOUNG COURTHOUSE AND FEDERAL BUILDING IN ORLANDO, FLORIDA
- Notice Date
- 4/28/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, Georgia, 30365
- ZIP Code
- 30365
- Solicitation Number
- GS-04P-09-EX-C-0078
- Archive Date
- 5/26/2009
- Point of Contact
- Lawrence R Hales,, Phone: 404-224-2314
- E-Mail Address
-
lawrence.hales@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- RECOVERY: PRE-SOLICITATION NOTICE FOR CONSTRUCTION EXCELLENCE FOR THE GEORGE C. YOUNG COURTHOUSE AND FEDERAL BUILDING, ORLANDO, FLORIDA, SOLICITATION NO. GS-04P-09-EX-C-0078. This procurement is advertised on an unrestricted basis. The Real Estate, Design and Construction Organization in the Southeast Sunbelt Region of Public Buildings Services of the U.S. General Services Administration (GSA) is presently soliciting proposals from qualified Offerors desiring to compete in the procurement process for the subject construction project. This project is funded from the American Recovery and Reinvestment Act of 2009 (ARRA.) The project delivery method being used is the Construction Manager as-Constructor (herein referred to as CMc). The contract type is Construction Manager as Constructor (CMc) Guaranteed Maximum Price (GMP). A Construction Manager as-Constructor provides Design Phase Services and Construction Phase Work. GSA intends to contract for Design Phase Services with an option for Construction Phase Work for a major modernization of the George C. Young Courthouse and Federal Building in Orlando, Florida, with the CMc that offers the best overall value to the Government. Design Phase Services are expected to commence upon award of the contract on or about August 2009. The Optional Construction Phase Work is anticipated to be exercised on or about March 2010 with an anticipated performance period of 1095 calendar days. The CMc is required to complete the Design Phase Services for the firm-fixed-price presented in the procurement process. At any time during or after Design Phase Services, the Contracting Officer may request the CMc to provide a firm-fixed-price proposal for the Construction Phase Work. The George C. Young Courthouse and Federal Building contains 188,588 gross square feet and is 6 stories tall. The building has no interior parking, as that was lost due to the tunnel connector to the new attached Annex. There is a 100+ parking structure on site built as part of the Annex project. The George C. Young Courthouse and Federal Building currently houses the U.S. District Court, Magistrate Court, U.S. Marshals Service, U.S. Attorney, Social Security, GSA-PBS, GSA-FSS, FBI, DHS-FPS, Probation and Public Defender. The George C. Young Courthouse and Federal Building is located at 401 W Central Blvd, Orlando, FL 32801. The guaranteed maximum price for this project is $35,000,000 million for combined services (Design Phase Services and Construction Phase Work.). The North American Industry Classification System Code(s) (NAICS) for this procurement is 236220. The CMc will be competitively chosen using Advisory Multi-Step (FAR 15.202), and Source Selection (FAR 15.3) procedures. Design has not started on this project. It is anticipated that this CMc contract and the contract for architectural and engineering will be awarded in the same timeframe. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Work. The Construction Phase Work is an option. The CMc is required to complete the Design Phase Services for the firm-fixed-price presented during the procurement process. At any time during or after Design Phase Services, the Contracting Officer may request that the CMc provide a proposal for the Construction Phase Work. “Design Phase Services” means the design phase construction management services, constructability reviews, cost estimate reconciliation services and other related services as described in the scope of work provided in the RFP. “Construction Phase Work” means all work and services, including general conditions, necessary for the construction of the project described by the plans, specifications and other provisions incorporated into the RFP, excluding Design Phase Services. Renovation of the existing building will occur while the building is occupied. GSA intends for the work to be accomplished in multiple phases, and anticipates construction to begin before design is complete. The CMc is a member of the project team during the design and construction phases, along with GSA as the public owner; GSA’s Construction Manager as-Agent; GSA’s selected architecture and engineering firm and Architect of Record; GSA’s building commissioning firm; GSA’s security consultant, and other consultants. The CMc shall be required to assign, as needed, a team consisting of, but not limited to, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; and other disciplines as needed to perform the services described herein. A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being weighed more heavily than price. This is a multi-step advisory procurement that consists of two stages. In Stage I, Pre-Solicitation Notice, Offerors must provide a statement from their federal approved bonding corporate surety (see website at /www.fms.treas.gov/c570/index.html), certifying their bonding capacity for a project GMP of $35,000,000 and are required to be licensed general contractors in accordance with state statutes. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternate to evidence of corporate bonding capacity. Submissions shall clearly address the Stage I factors identified in this announcement. Proposals will be evaluated using an Advisory Multi-step Process as specified in FAR 15.202. The Contracting Officer shall advise respondents considered not to be viable competitors of the general basis for that opinion. All Offerors shall be informed that, notwithstanding the advice provided by the Contracting Officer in response to their submissions concerning their viability, they may still compete in Stage II. Stage I Factors Licensed general contractors having the minimum bonding capacity are invited to respond to this Stage I Pre-Solicitation Notice by submitting one (1) original and five (5) copies of the required technical information. The submission should be in an 8-1/2” x 11” bound format and should be organized to correspond with the evaluation factors listed below. The total pre-solicitation notice submission should not exceed ten (10) one-sided 8-1/2”x 11” pages or five (5) double-sided 8-1/2”x 11” pages (not including Table of Contents or Section Separators), with one-inch margins, and in a font not less than 12-point in size. Font style is optional. These factors consider Offeror in successfully completing similar projects. “Similar” is defined as renovation or modernization of multi-story (4-story minimum) buildings of a minimum of 100,000, gross square feet. These structures can include courthouses, hospital facilities, casinos, Class A office space, research laboratories, government-owned buildings, or major renovations of such similar projects, with a construction cost of a minimum of $25 million. The SSEB will be limited to reviewing only projects of similarity for purposes of experience. Relate all projects in type and scope to this project. Factor 1: Design Phase Services. As prime contractor completed at least three (3) project(s), within the past ten (10) years of $25 million or more in construction cost and a minimum of 100,000, gross square feet, in which the Offeror provided Design Phase Services similar to those required under this project. Please provide the name, location and date completed of referenced projects. Factor 2: Construction Phase Services. As a prime contractor completed at least three (3) projects, within the past ten (10) years of $25 million or more in construction cost and a minimum of 100,000 gross square feet, in which the Offeror provided construction phase work similar to those required under this project. Please provide the name and location of referenced projects. Projects presented under Factors 1 and 2 above may be the same projects. The Stage I Pre-Solicitation Notice factors are independent of the factors in the Stage II Request for Proposal and will be used to evaluate an Offeror’s viability based on its submission to the Stage I Pre-Solicitation Notice. Stage II Request for Proposals (RFP) - Proposals will be evaluated and scored according to technical evaluation factors included in the RFP. The technical proposals will be reviewed and evaluated prior to and separately from the review of price proposals. As part of the Stage II evaluation, the Contracting Officer and Source Selection Evaluation Board (SSEB) may conduct interviews. However, the Government reserves the right to evaluate proposals and make award without discussions or oral presentations (clarifications may be made as described in FAR 15.306(a)). Therefore, the Offeror's proposal should contain the Offeror's best terms. Final selection will be made based on technical factors being weighted significantly more than price (price being represented by the Offeror’s proposal for Design Phase Services and Construction Phase Services). The Offerors may use projects submitted in Stage I to respond to the Stage II evaluation factors. If interviews are conducted, firms will be interviewed at GSA’s Region 4 offices in Atlanta, Georgia, by members of the SSEB. The following criteria represent the factors that will be used by GSA’s Source Selection Evaluation Board in evaluating Stage II proposals. Factor 1 considers past performance in providing Design Phase Services on similar projects. Factor 2 considers past performance in providing Construction Phase Services as a prime contractor on similar projects. Factor 3 considers qualifications and experience of key personnel. Factor 4 considers the management plan and technical approach. Factor 5 considers the offeror’s proposed approach for successful and meaningful participation and performance during Design Phase Services. Factor 6 considers the offeror’s available resources and facilities to accomplish the project. Stage II also requires offerors that are a large business to indicate their intention to submit a subcontracting plan for the project that provides for participation by small business concerns. Interested firms must submit their Stage I submission, no later than 2:00 PM EST on Monday, May 11, 2009, to Lawrence Hales, Contracting Officer, General Services Administration, Public Buildings Service, Acquisition Management Division (4PG), Suite 2500, 401 West Peachtree Street N.W., Atlanta, Georgia, 30308. A Pre-Proposal Conference and site visit is scheduled to be held on May 21, 2009 at 10:30 am. All submittals must clearly indicate the solicitation number (GS-04P-09-EX-C-0078) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted. Be advised that, due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand-deliver submissions should take this into consideration. Please direct questions to: Lawrence Hales (404) 224-2314 or email Lawrence.hales@gsa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70fde850b2d8c60a4ae9caac6386fd31&tab=core&_cview=1)
- Place of Performance
- Address: 401 W Central Blvd, Orlando, Florida, 32801, United States
- Zip Code: 32801
- Zip Code: 32801
- Record
- SN01803699-W 20090430/090428221028-70fde850b2d8c60a4ae9caac6386fd31 (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 |