Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
MODIFICATION

C -- CONSTRUCTION MANAGER AS AGENT

Notice Date
10/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Atlanta Property Development Division 4PCB, 401 West PeaqchtreetStreet, Suite 2500, Atlanta, Georgia, 30354
 
ZIP Code
30354
 
Solicitation Number
GS-04P-11-BY-C-0003
 
Point of Contact
Paula L Mensah, Phone: (404) 331-2748
 
E-Mail Address
paulal.mensah@gsa.gov
(paulal.mensah@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTE DATE AND TIME CHANGE FOR PRE-SUBMITTAL CONFERENCE: A PRE-SUBMITTAL CONFERENCE WILL BE HELD ON October 25,2010 @ 1:00PM (est) at the Historic Hannah Houses, 157 & 159 Conception Street, Mobile, AL 36602.(Located @ the corner of Conception and St. Anthony). CONSTRUCTION MANAGER AS AGENT SERVICES SOLICITATION GS-04P-10-BV-C-0003 CONSTRUCTION MANAGER as Agent (CMa) for the New Mobile Courthouse Project in Mobile, Alabama. THIS IS AN UNRESTRICTED PROCUREMENT OPEN TO BOTH LARGE AND SMALL BUSINESSES. THIS IS NOT A REQUEST FOR PROPOSALS. The General Services Administration (GSA) proposes to procure Construction Manager as agent Services in accordance with PL 92-582, (Brooks A-E Act) for the New Mobile Courthouse-Federal Building in Mobile, Alabama. The Government intends to award one (1) contract under this acquisition. The Estimated Construction Cost for this project is $100,000,000 to $125,000,000. The Government's program objectives for this contract is to provide a variety of project management services including, but not limited to: pre-planning, programming, design management, design review, procurement support, construction management, commissioning, and post-construction support in cooperation with GSA (owner) personnel, building occupants (as GSA clients), architect-engineers, and construction contractors. The CMa does not perform design or actual construction work. All contracts for design and construction will be directly with GSA. The level of services required by the CM is dependent on GSA's available resources. Further, the CMa shall plan, schedule, coordinate, and assure effective performance of all services described in statement of work. The CMa shall provide a sufficient staff of project managers, field engineers, superintendents, architects, engineers, inspection and testing engineers, schedulers, estimators, clerical and accounting personnel, etc. to perform the required work. It is anticipated that the CMa will supplement the core staff throughout all phases with other employees, consultants and subcontractors who will support the core staff on a daily basis and/or bring special skills and expertise to the project. In the conduct of all activities required for or otherwise related to the performance of the contract work, the CMa shall conform to and uphold all established ethical principles and professional standards of practice governing the CMa segment of the construction industry, including the Construction Management Association of America (CMAA) Code of Professional Ethics. SELECTION PROCESS: The following definitions apply to all stages in this CMa selection process: CMa Firm : The CMa firm will have contractual responsibility for project construction management services. The CMa selection will be completed in a two-stage process as follows: Stage I, the principal firm, associated firms, or joint venture partners will be evaluated. Identification of all consultants is not required in Stage I. If the CMa Firm is a partnership, corporation, association, joint venture or other legal entity permitted by law to practice architecture or engineering, briefly describe the proposed working and legal relationships between its components. The CMa firm will also identify key staff on the proposed team. The Evaluation Criteria and associated submission requirements for Stage I selection is as follows: Firm's technical ability to perform CMa Services on complex design and construction projects as illustrated in their past performance in providing Construction Management as Agent Services on similar projects. This factor considers the Offeror's technical capabilities in providing Construction Manager as agent services during the design phase and construction phase. This factor will be evaluated based upon the written response by the Offeror. Offer shall address the following: Provide past performance on at least one (1) completed project in excess of $45,000,000 in construction cost and 125,000 gross square feet (gsf) of floor space in the past 5 years, in which the firm provided construction management as agent services similar to these detailed in this announcement as the Prime for both the design and construction phases. P rovide past performance in providing comparable CMa services as Prime for design or construction of at least two (2) projects (on-going or completed) of similar complexity involving at least 125,000 gross square feet (gsf) of floor space valued at a minimum of $45,000,000 in the past 10 years. "Similar" is defined as construction management services of a renovation or modernization of multi-story (3-story minimum) buildings of a minimum of 125,000, gross square feet. These structures can include courthouses, hospital facilities, Class A office space, universities, research laboratories, government-owned buildings, or major renovations of such similar projects, with a construction cost of a minimum of $45 million. Acceptable alternative projects include new construction of multi-story full service hospital facilities, research laboratory; Federal or state-owned buildings with courtrooms; major renovation of multi-story Federal or state-owned courthouses involving installation of new courtrooms, chambers, and detention or holding cells, with a project cost of $45 million or more Describe in detail your technical capabilities in the following functions during all phases of the projects referenced above including Pre-Design, Pre-Construction, Construction and Close-out phases of the project: Reviewing and evaluating designs for code compliance, completeness and constructability Coordinating and documenting the design review of other project team members Preparing cost estimates Maintaining cost control and evaluating costs for design alternatives Preparing schedules Controlling and analyzing schedules Keeping meeting minutes Maintaining project records Reporting on progress Resolving problems Preparing and Administering the Commissioning Plan as Commissioning Authority Conducting VE exercises Performing administrative and other services Conducting Partnering Sessions Organizing and conducting project meetings Conducting Inspections Operating a change management program Provide current contact names, addresses and telephone number and email address of clients for these projects. References shall be contacted. After the CMa Evaluation Board reviews the submittals, the Board will select a short list consisting of a minimum of three of the most highly technically qualified firms, and will request a submittal from the short-listed firms, as outlined below. Once announced, the short list will be published in the Fedbizopps. Short-listed firms will provide a more detailed qualification submittal. The entire project team, including the CMa firm selected in Stage I, its designated team identified in the first step, and all the consultants who will work on the project will be evaluated. The CMa firms will submit Standard Forms 330 for each firm that is part of the proposed team. A Management Plan, including an organizational chart, demonstrating the team's capability to manage complex new construction projects will also be required. It is not necessary to re-submit information submitted in Step I. Sufficient time will be provided for the CMa firm to establish their complete team of consultants. At a minimum, the project team will be required to demonstrate previous experience in, and understanding of, Federal building design including building types with complex programmatic requirements such as courthouses, and include consultants specializing in those areas. Emphasis will be placed upon CMa cost estimating capabilities, expertise and knowledge of local procedures and markets, staff size with the capabilities to handle multiple tasks within a short time period and consultant distribution where minimizing the number of firms would simplify the administration of the contract. An interview with each project team will be included in this stage. When selected for an interview, the CMa Firm shall be prepared to discuss all aspects of the evaluation criteria indicated above and to demonstrate the ability to fulfill all contract requirements. Those most highly ranked firms; following evaluation of the submittals and establishment of the shortlist will be required to submit a Small Business and Small Disadvantaged Business Plan, in accordance with FAR Part 19.701, that reflects a proactive effort to provide subcontracting opportunities to the small business community (REQUIREMENT APPLICABLE TO LARGE BUSINESSES ONLY). FOR STAGE ONE SUBMITTALS : Firms having the capabilities to perform the services in this announcement are invited to respond by submitting five copies of Standard Form 330 Part II which must be dated not more that twelve (12) months before the date of this synopsis along with five copies of letter of interest and the portfolio TO : General Services Administration, 401 West Peachtree Street NW, Suite 2513, Atlanta, Georgia 30308, Attention: Paula Mensah, by 3:00 PM local time November 5, 2010. Please address inquiries to Paula Mensah, Contracting Officer at 404-331-2748 or by e-mail paula.mensah@gsa.gov. The submission should be in an 8-1/2" X 11" bound format and should be organized to correspond with the evaluation factors listed above. Standard Form 330 may be utilized, but is not required. The total pre-solicitation notice submission should not exceed 30 single sided pages or 15 double face sheets. A total of five (5) copies should be submitted. The following information must be on the outside of the sealed envelope 1) Name and Address of the firm, name of the contact person with phone number, email and fax number,2) Solicitation Number/Title,3) Due Date,4)Closing Time. Late responses are subject to FAR 52.215-1©(3). Contracts will be procured under FAR Part 36. THIS IS NOT A REQUEST FOR PROPOSALS. A PRE-SUBMITTAL CONFERENCE WILL BE HELD ON October 25, 2010 @ 1:00PM at the Historic Hannah Houses, 157 & 159 Conception Street, Mobile, AL 36602.(Located @ the corner of Conception and St. Anthony).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCB/GS-04P-11-BY-C-0003/listing.html)
 
Place of Performance
Address: Mobile, Alabama, United States
 
Record
SN02309679-W 20101014/101012234055-00ceda38e3937dcf94bb360ec3a35acd (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.