Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

Y -- RECOVERY-CONSTRUCTION MANAGER AS CONSTRUCTOR (CMc) FOR THE RENOVATION OF THE FEDERAL BUILDING 50 UNITED NATIONS PLAZA, SAN FRANCISCO, CA

Notice Date
9/17/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-09-KTC-0065
 
Point of Contact
Shelita Harper, Phone: 415-522-3206, Nikolaos Mitsiopoulos, Phone: 415-522-3160
 
E-Mail Address
shelita.harper@gsa.gov, nikolaos.mitsiopoulos@gsa.gov
(shelita.harper@gsa.gov, nikolaos.mitsiopoulos@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PROJECT: Renovation of the Federal Building at 50 United Nations Plaza, San Francisco, California. Funded by the American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 11-5) (RECOVERY ACT) BUILDING TYPE: Federal Office Building CLIENT AGENCY: General Services Administration - Region 9 Offices SIZE: 360,000 gsf PARKING SPACES: N/A BUDGET: Estimated Construction Cost is between $75,000,000 and $100,000,000 PROJECT DURATION: Design Phase – 12 months; Early Demolition/Hazardous Materials Abatement Phase – 3 months (concurrent with Design Phase); Construction Phase – 36 months COMPETITION: Unrestricted, Full and Open DELIVERY METHOD: Construction Manager as Constructor (CMc) with Guaranteed Maximum Price (GMP). GEOGRAPHIC LIMITATION: There is no geographical limitation; however, the successful offeror will be required to have a functional office in the specified San Francisco area, established no later than 60 days after contract award. SMALL BUSINESS SET ASIDE: As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 45% for Small Businesses: HUB Zone Small Business, 3%; Women-Owned Small Business, 5%; Small Disadvantaged Business, 18%; Veteran-Owned Small Business, 3%; and Service-Disabled Veteran-Owned Small Business, 3%. PURPOSE OF THIS SOLICITATION: ***This project is an American Recovery and Reinvestment Act (ARRA) funded project. *** The General Services Administration (GSA) seeks to retain the services of a qualified firm with expertise in all phases of pre-construction and construction of public buildings. GSA is presently soliciting Qualifications from qualified offerors to compete for the renovation of the Federal Building at 50 United Nations Plaza, San Francisco, California. The project delivery method shall be the Construction Manager-as-Constructor (herein referred to as CMc) with a Guaranteed Maximum Price (GMP) with Construction Contingency Allowance and Optional Shared Savings. GSA intends to award a base contract for 1A) Design Phase Services and 1B) Preliminary Demolition and Hazardous Materials Abatement Services with an exercisable option for Construction Phase Work for the Renovation of the Federal Building at 50 United Nations Plaza, San Francisco, California, to the CMc that offers the best overall value to the Government. Design Phase Services and Preliminary Demolition and Hazardous Materials Abatement Services are expected to commence upon award of the contract in mid-November 2009. The optional Construction Phase work is anticipated to commence in or around November 2010. The NAICS Code for this procurement is 236220. The CMc will be competitively chosen using Source Selection Procedures in accordance with FAR Part 15. PROJECT DESCRIPTION: The Federal Building at 50 United Nations Plaza building is a Second Renaissance Revival style federal building designed by Arthur Brown, Jr. and completed in 1936. The building is a contributing element to the San Francisco Civic Center National Historic Landmark District and listed in the National Register of Historic Places. The Federal Building is adjacent to the United Nations Plaza, which was designed by well-known landscape architect Lawrence Halprin. The design will follow the Secretary of Interior’s Standards for the Treatment of Historic Properties and GSA Building Preservation Plan (BPP) guidance, respecting the historic character and design of the building while accomplishing the project requirements that meets the needs of a modern workforce. The 50 UN Plaza building is six stories high, with an occupiable basement, and is approximately 360,000 gross square feet with 193,000 net square feet. The building is currently vacant and will remain vacant throughout the duration of the renovation. When the renovation is complete, 50 UN Plaza will be occupied by the General Services Administration Region 9 offices, which are currently located in the Phillip Burton Federal Building at 450 Golden Gate Avenue. This high performance green building project consists of alteration and improvements work to create a sustainable and energy efficient office space that will be a comfortable work environment for federal tenants. The project must meet GSA seismic, life-safety, and historic preservation standards and codes. Specific energy and water conservation goals shall be achieved through the integration of optimized building systems with existing historic fabric and utilization of available on-site renewable solar energy and on-site water. The project will also address greenhouse gas emissions; deliver actual, not anticipated, operational performance; provide flexible design for future adaptations/tenants; address climate change; provide sustainable operations and maintenance; incorporate sustainable materials/finishes; and, achieve user comfort in thermal, acoustic and visual conditions. The revitalization of this historic building will contribute to the vitality of the immediate Civic Center setting and surrounding neighborhood. The building program includes build out of offices and building amenities such as a coffee bar, fitness center, break rooms and a conference center. The project includes: realignment and tenant improvement of interior office and support areas, including new finishes; seismic structural upgrade; hazardous materials abatement; refurbishment of existing exterior windows and addition of blast protection; modernization of telecommunication equipment; provision for two new electrical services; upgrade of electrical distribution system; upgrade with energy efficient lighting and lighting controls; replacement of plumbing system; installation of a new heating and ventilation system; refurbishment of fire sprinkler system; upgrade of fire alarm and detection system; refurbishment of existing elevators; upgrade of building security system and improvement of site perimeter protection; compliance with the Architectural Barriers Act Accessibility Standards (ABAAS); fire safety improvements to bring the existing system to code; full roof replacement; implementation of sustainability and green building design, techniques, and features to achieve LEED Gold or Platinum certification and to meet Energy Performance Goals; installation of photovoltaic system; restoration of courtyard elements and landscaping; implementation of Art-in-Architecture commission; restoration and upgrade of the lobby in a manner similar to the GSA First Impressions principles and goals; and restoration of historically significant interiors and building fabric and elements. At the time of contract award, the Project will be in the early phases of design. However, an early package of Construction Documents for selective demolition and hazardous materials abatement is planned to be complete soon after issuance of the Request for Proposals (RFP) and will be issued as an amendment to the RFP. There will be additional demolition work in the main Construction Phase. Thus, there are three components of work to be performed under this Contract: 1A) Design Phase Services, 1B) Preliminary Demolition and Hazardous Materials Abatement Services, and an exercisable Option for the Construction Phase Work. The CMc is required to complete the Design Phase Services and Preliminary Demolition and Hazardous Materials Abatement Services during the Design Phase for the firm-fixed price determined in the base contract. The establishment of the initial GMP for Construction Phase Work is planned for the 50% Construction Documents phase of the Design Phase. At any time during Design Phase Services, the Contracting Officer may request the CMc provide a firm-fixed price proposal for the Construction Phase Work. The Contracting Officer shall have the right to convert the contract to a firm-fixed-price contract at the offered price or as otherwise negotiated by the parties to this contract, so long as such price is less than or equal to the GMP. If the parties to this contract negotiate and establish a firm-fixed-price prior to the exercise of the Construction Phase Work option, then the Contracting Officer shall have the right, but not the obligation, to exercise the firm-fixed-price option within 60 calendar days of the establishment of that price. DEFINITION OF CONSTRUCTION MANAGER AS CONSTRUCTOR (CMc): A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, scheduling and general construction services. The services requested of the CMc shall cover a wide range of design review and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). In contrast to a CM that is not also a constructor; the CMc is at risk and is involved with project development and administration of the construction. The CMc shall be a member of the project development team during the design and construction phases, working with the Architect/Engineer (A/E) and the Government to ensure a quality project, within the mandated schedule and budget. DESCRIPTION OF WORK: Design Phase Services include, but are not limited to, evaluation of the A/E's concept, design development, and construction documents for constructability; provision for independent construction pricing based on A/E's design documents and reconciliation of all cost estimates; participation in project team meetings; value engineering suggestions; construction logistics planning; construction phasing suggestions based on design; identification of schedule streamlining opportunities based on design; identification of appropriate bid packages; development of construction schedule and phasing plans; identification of long-lead items, development of subcontractor and supplier interest; and establishment of firm fixed pricing. The CMc shall possess a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. Most importantly, the CMc shall have complete responsibility for the renovation of the facility, should the Option for Construction Phase Services be awarded. Preliminary Demolition and Hazardous Materials Abatement Services includes furnishing all labor, materials, equipment, and expertise necessary to perform selective demolition work and abatement of hazardous materials such as asbestos-containing piping insulation, vinyl asbestos floor tile and mastic, lead paint, and other hazardous materials throughout the building. As this Project is slated to achieve a LEED Gold or Platinum rating, construction waste management per LEED credit requirements may be required. Construction Phase Work includes, but is not limited to, provision of construction services with scope as outlined in the Request for Proposals (RFP) of this solicitation and the related project scope management; provision of on-site, full-time construction management; selection and procurement of all necessary subcontractors; administration of the construction contract either with CMc's direct workforce or through subcontractors; conducting weekly construction meetings, critical path method (CPM) scheduling and control; maintenance of construction records including daily logs and monthly reports, monitoring of construction costs; provision of monthly project financial reports; conducting and coordinating inspections and testing to ensure quality control; coordinating building system commissioning, record documentation, warrantees and guarantees as well as providing appropriate level of training to designated facility management staff and tenant; and all other required services necessary as a part of closeout procedures at the completion of construction. The CMc is a member of the project team during the design and construction phases, along with GSA as the public owner, the A/E, the Construction Manager as Agent (CMa), building commissioning consultant, independent inspection/testing firm, and other consultants. CONTRACTING METHOD: GSA intends to select a source utilizing "Best Value" source selection procedures pursuant to FAR Part 15. The selection procedure will employ tradeoffs where technical/management factors are more important than price and price related factors. The procurement method for the purchase Design Phase Services and Preliminary Demolition and Hazardous Abatement services for this Project shall be a firm-fixed-price proposal. The procurement for the Construction Phase of this Project will be a Construction Manager as Constructor (CMc) delivery method with a guaranteed maximum price (GMP) with Construction Contingency Allowance and Optional Shared Savings. The base contract award will require the selected CMc to perform Design Phase Services and Preliminary Demolition and Hazardous Materials Abatement Services in accordance with the scope of work spelled out in the Request for Proposal (RFP). In conjunction with the base contract there will be an exercisable owner's option for Construction Phase Services to complete the actual renovation of the Federal Building at 50 United Nations Plaza. The GMP option price for Construction Phase services will be negotiated during the Design Phase. The current GSA project schedule assumes a Design Phase award and start in November 2009, with Preliminary Demolition and Hazardous Materials Abatement Phase start in November 2009, and Construction Phase start in Novenber 2010. This procurement is open to all business concerns in accordance with the Small Business Competitiveness Demonstration Program. If the selected offeror does not qualify as Small Business Concern, the selected offeror shall be required to present an acceptable Subcontracting Plan in accordance with Public Law 95-507, prior to the exercising of the Construction Phase option. Small Businesses and Small Disadvantaged Businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Although this procurement is open to large businesses, small and minority firms are strongly encouraged to participate. NOTE: The RFP will be issued on or about September 23, 2009. Firms interested in receiving the RFP should submit a letter of interest that includes the DUNS Number by FAX to FAX Number (415) 522-3316, Attention: henikolaos mitsiopoulos, Contracting Specialist, or by e-mail to nikolaos.mitsiopoulos@gsa.gov or mail to: Attn: Nikolaos Mitsiopoulos, General Services Administration, Public Buildings Service (PBS), Design and Construction Division (9PCE), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102. All Contractors requesting the RFP are required to be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) and to have completed an Online Representations & Certifications Application (ORCA) (https://orca.bpn.gov). The Pre-Proposal and Small Business Outreach Conference will be held on Wednesday October 14, 2009. Pre-propsal at 10:00 am - 11:30 a.m. and Outreach Conference from 1:00pm – 4:00pm respectively, location: 450 Golden Gate Ave, 2nd Floor Nevada Room San Francisco, CA. Questions shall be received until October 21, 2009. Closing date and time for receipt of proposals is October 26, 2009 at 3:00 p.m. (Local San Francisco Time).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-09-KTC-0065/listing.html)
 
Place of Performance
Address: SAN FRANCISCO, California, 94102-3434, United States
Zip Code: 94102-3434
 
Record
SN01958710-W 20090919/090917235812-3ac254712153c10751f39b2f7e2b5c9b (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.