Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

C -- RECOVERY - Construction Manager as Agent (CMa) Services for the new U.S. District Courthouse, Billings, Montana

Notice Date
7/10/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center (8PMP), P.O. Box 25546, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-09-JFC-0012
 
Point of Contact
Leatrice K Thompson, Phone: 303-236-8000ext5224
 
E-Mail Address
kay.thompson@gsa.gov
(kay.thompson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PRE-SOLICITATION NOTICE FOR CONSTRUCTION MANAGER AS AGENT FOR THE DESIGN AND CONSTRUCTION OF THE NEW U.S. COURTHOUSE, BILLINGS, MONTANA PROJECT: RECOVERY. GSA Solicitation for Construction Manager as Agent for the Design and Construction of the new U.S. Courthouse, Billings, Montana. GSA will be using funds from the American Recovery and Reinvestment Act of 2009 for this project. GSA announces an opportunity for performance of Construction Manager Services for the new U.S. Courthouse, Billings, Montana. The newly constructed space shall be located in the Central Business District in Billings, Montana. GSA Design Excellence projects demonstrate the merit of integrated design that balances current needs, aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. As required by law, all Federal facilities must meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423; achieve fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007; conform with the Interagency Security Council (ISC) and GSA design standards for secure facilities; conform to GSA's P-100 (Facility Standards for Public Buildings); and comply with the Architectural Barriers Act Accessibility Standards (ABAAS). All GSA projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required. Projects in or affecting historic properties must comply with Section 106 of the National Historic Preservation Act and the Secretary of the Interior's Standards for the Treatment of Historic Properties. This facility must be designed in metric units. The design and construction of this project will be delivered through the Design-Build delivery method under separate contract. The estimated cost for the design-build delivery of the U.S. Courthouse in Billings, Montana and related infrastructure upgrades is between $50,000,000 and $60,000,000. PROJECT DESCRIPTION The project consists of Construction Management services for the design and construction of the new Billings Courthouse, Billings, Montana. The Courthouse will include Administrative Office of the U.S. Courts (U.S. District Court); Administrative Office of the U. S. Courts (Clerk, U.S. District Court); Administrative Office of the U.S. Courts (District Judge Chambers/Courtrooms); Administrative Office of the U.S. Courts (Magistrate Judge Chambers/Courtrooms); U.S. Marshals Service, Office of the U.S. Attorneys, General Services Administration Office and 40 reserved, controlled-access parking spaces, encompassing approximately 146,742 gross square feet. As required by law, the facility will meet federal energy goals and all federal accessibility requirements and standards. The project goal will meet LEED-Silver rating requirements. The Construction Manager as Agent (CMa) will act as the Government's on-site representative, providing full time oversight and management of the General Contractor (GC) who will construct the new courthouse. On site staff will include, at a minimum, Project Manager, Construction Quality Assurance Inspector and Administrative Assistant. Support staff will include, at a minimum, Cost Estimator, CPM Analyst, Scheduler and Engineering Technical Disciplines. Duties of the CMa contractor include, but are not limited to, daily inspections of the construction work by professional construction inspectors; coordination and recordation of weekly and monthly construction progress meetings with the GC; preparation of all required paperwork, including, but not limited to, daily reports, daily construction logs, all meeting minutes, RFI logs, transmitting RFI's to design A/E; recording, reviewing and transmitting of submittals to design A/E; processing payment requests for review and approval by the Government's Contracting Officer; preparing written correspondence for review and approval by the Contracting Officer; reviewing payrolls for compliance with all Department of Labor (DOL) requirements; performance of labor interviews; recording construction progress by use of digital and video camera. Anticipated start date for construction is January 2010. Performance period is thirty-six (36) months from the Notice to Proceed (NTP) date. SCOPE OF WORK Design Phase Services: These services shall include, but not limited to, providing design technical reviews; code compliance reviews; constructability reviews utilizing Building Information Modeling (BIM); analysis of value engineering proposals; preparation of cost estimate; cost analysis; cost control/monitoring; site surveys; scheduling; and review of design scope changes. Project Construction Phase Services: These services shall include, but not limited to, establishing temporary field offices; setting up job files, working folders, record keeping systems scheduling, and conducting preconstruction meetings; monitoring the submittal review process; maintaining marked up sets of project plans and specifications for future as-built drawings; performing routine inspections of construction as work proceeds; schedule review; review and processing of pay applications; administration of change orders; claims avoidance; and review of labor rates and worker interviews. Testing/Inspection Services: The CMa may be tasked to provide the services of an independent testing and/or inspection agency/laboratory to perform project specific quality control testing and inspection services. Closeout Commissioning Services: These services shall include, but not limited to, reviewing and commenting on the commissioning agent's re-commissioning manual, on the preliminary commissioning record, and on the preliminary systems manual. Post Construction Services: The CMa may be tasked to provide services such as: Performing Post Occupancy Evaluation (POEs); assisting agency in the formulation of lessons learned; providing occupancy planning including development of move schedules, cost estimates, inventory lists, providing move coordination, relocation assistance, and/or furniture coordination; and providing telecommunication and computer coordination. Claims Services: The CMa may be tasked to provide claims services when and as required by the Government for specific projects. The CMa will review disputes and claims from the A&E and/or construction contractor(s) and render all assistance that the Government may require, including, but not limited to, the following: Furnishing reports with supporting information necessary to resolved disputes or defend against the claims; preparation and assembly of appeal files; participation in meetings or negotiations with claimants; appearance in legal proceedings; preparation of cost estimated for use in claims negotiations; and preparation of risk assessments/analyses relative to claim exposure. General Services: When required to support work being performed under any of the major Project Phases, the Government may authorize Additional Services such as providing special consultant or special inspection services, performing special studies and/or updates to prior studies, updates to master or environmental plans, interior space planning, existing site surveys, site models, providing photographic records beyond the normal scope of presentation and inspection services required, and providing expertise as required in unusual situations from specialty disciplines. At a minimum, the CMa key team members shall consist of the following: Corporate executive Project manager Project coordinator Geotechnical engineer Professional/technical experts - all disciplines Field survey and investigation staff Architectural review coordinator Engineering review coordinators - all disciplines Partnering facilitator Chief cost engineer Cost estimators CPM analyst/scheduler Construction inspectors The NAICS Code 541310 was used for the Sources Sought Notice, GS08P09JF0001, with a size standard of $4.5M. PROCUREMENT STRATEGY The General Services Administration intends to award a firm-fixed price Contract based on the Federal Acquisition Regulation (FAR) Brooks Act Procurement, FAR Subpart 36.3, Selection Procedures, FAR subpart 15.3. For this contract award process, GSA will issue two Solicitations in sequence: 1) Phase One, and 2) Phase Two. The Phase One procedure (which is analogous to a Request for Qualifications (RFQ) is designed to select a "short list" of the most highly qualified Offerors who will be requested to submit Phase Two proposals. All responsible sources may submit a Phase One Proposal. The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The most highly rated Offerors will be selected to participate in Phase Two (analogous to Request for Proposals (RFP)). In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors. Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the Phase Two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the remaining phase of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include phase-two evaluation factors, developed in accordance with FAR 36.303. Phase Two of the solicitation shall require contractor interviews/presentations at the Denver Federal Center, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions. The RFQ will be issued electronically after 07/27/2009 on the internet at: http://www.fedbizopps.gov/. Opportunities for other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a Subcontracting Plan for acceptance by the Contracting Officer, prior to contract award, which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. This project will be funded by the American Recovery and Reinvestment Act for 2009. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. All reporting requirements from the Contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PMP/GS-08P-09-JFC-0012/listing.html)
 
Place of Performance
Address: Billings, Montana, 59101, United States
Zip Code: 59101
 
Record
SN01871549-W 20090712/090710235844-57021247398d68c25e4a00f0de3a2699 (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.