Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2009 FBO #2939
MODIFICATION

Y -- Bridging Design Build Services

Notice Date
12/9/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS02P09DTC0022
 
Point of Contact
Gayle G Schuster, Phone: (212) 264-2825
 
E-Mail Address
gayle.schuster@gsa.gov
(gayle.schuster@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Factor 2: Offeror/Team's Experience on Similar Projects is revised and clarified, in relation to design/build project(s) submitted as follows: Factor 2: Offeror/Team’s Experience on Similar Projects This factor will consider the extent of an offeror’s design/build experience in which the offeror provided the role of both A/E of record and the role of Design/Build Contractor on at least one (1) similar project as described below, that was completed within the past fifteen (15) years. This factor will also consider the general construction experience of two (2) similar projects completed within the past fifteen (15) years. Projects must be of similar size, scope, and complexity as this Project. In response to this factor an offeror must submit the required information listed below for three (3) similar projects successfully completed within the past fifteen (15) years. At least one project must be a design/build project. The other two projects can be general construction projects or design build projects. For the design/build project both A/E and GC must meet the criteria below for Offeror/Team’s Experience on Similar Projects for this factor for the design/build project. For the design/build project(s) submitted where the General Contractor and the Architect/Engineer worked in a partnership arrangement other than that which is being proposed for this project, to demonstrate past experience in similar design/build project(s), the General Contractor will submit a design/build project and the Architect/Engineer will submit a design/build project. If a project is determined to be not comparable it will be evaluated, but it shall result in a lower rating. Examples of projects that are likely not to be considered similar are: water supply / waste water treatment facilities, residential projects, transportation projects (i.e. Highways and Bridges) and schools. Projects submitted in which the Offeror was not responsible for the buy-out and coordination of the major subcontracts, will not be accepted. (i.e. state or city projects awarded under a Wick’s Law procurement). Three (3) projects must comply with the following criteria: •All three projects must be 100% complete. •The offeror must have the primary roles and responsibilities of the design and construction of at least one (1) project. The other two projects can be general construction projects or design build projects. •All submitted projects must have been completed within the past fifteen (15) years. •Two (2) of the projects must have involved coordinating construction activities within an occupied and operating facility, involving multiple construction phasing. •A minimum construction cost of $50,000,000 at award for each single project. This can include design fees for the design-build project where an offeror was the prime contractor and held the contract. Individual task orders to IDIQ contacts in that meet the dollar amount requirement may be allowed however aggregating of task orders is not allowed. •A minimum of 200,000 SF •Similar projects include multi-story government office buildings, class “A” high rise buildings, hospital facilities, dormitories, prisons, multi-story commercial office buildings, court houses, and laboratories. For each project submitted, offerors are required to provide a narrative explaining how the firm’s past experience on the submitted project is relevant to successful delivery of the Project. The narrative for each project shall be no more than two (2) typewritten pages and include no more than one (1) page of picture(s) per project. If more than two (2) typewritten pages are submitted for each project, the Government will review ONLY the first two (2) typewritten pages. The following information shall be included in the narrative for each project: •Name of project, date started (if design/build include both design start and construction start), date completed (substantial completion) and location •Names of the project manager and superintendent •For the design/build project(s): identify the architect and engineers of record for the primary disciplines. •Description of type of project and construction contract value at award and completion. •Gross square feet (GSF) of the project area •Description of the firm’s roles and responsibilities, actual work the firm managed and work the firm self performed. •Description of project quality, budget and scheduling requirements and how they were met •Description of any major issues or project challenges and how they were addressed/resolved •Description of the coordination with existing operations of the facility, if applicable •Description of the coordination during design, if applicable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS02P09DTC0022/listing.html)
 
Place of Performance
Address: Clement Ruiz Nazario Courthouse and Federico Degetau Federal Office Building located at Carlos e. Chardon Avenue, Hato Rey, Puerto Rico, 00918, United States
Zip Code: 00918
 
Record
SN02019858-W 20091211/091209234555-60e072ff8a97974f768f802f64d3ca4b (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.