SOLICITATION NOTICE
Z -- Construction Management Services for GSA PBS Region 3
- Notice Date
- 6/6/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
- ZIP Code
- 19107-3191
- Solicitation Number
- CLR_0001_03_14_14
- Point of Contact
- Shelba Young, Phone: 215-446-4490
- E-Mail Address
-
Shelba.Young@gsa.gov
(Shelba.Young@gsa.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- The U.S. General Services Administration (GSA), Public Buildings Service (PBS), has a requirement for Construction Management Services in Region 3. Region 3's geographic area includes the states of Delaware, Pennsylvania, southern New Jersey, West Virginia, Maryland and Virginia, except for the excluded jurisdictions of Washington, DC, and the surrounding jurisdictions of Montgomery County and Prince George's County in Maryland, and Alexandria City, and the counties of Arlington, Fairfax, and Loudoun, and Prince William in Virginia. This procurement will be solicited via one solicitation with the intention of awarding two Multiple Award IDIQ contracts. One of the Multiple Award IDIQ contracts shall be set aside for small businesses. The Government shall award a minimum of three (3) and a maximum of five (5) contracts to small businesses for CM projects with an estimated cost of construction of $750,000 or less. The Government shall also award a second Multiple Award IDIQ contract on an unrestricted basis to between three (3) and five (5) firms for CM projects with an estimated cost of construction of over $750,000.00. Each contract will be awarded for a period of one (1) year with four (4) subsequent one-year options. The potential aggregate contract total over each IDIQ contract (base year and four potential option years) is $30,000,000.00. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $33.5 million. Construction Management Services will include, but not be limited to, the following: 1) Pre-Design/Programming Phase Services - Feasibility studies, space programming, budget estimates, site studies, site surveys, economic studies, environmental assessments, and similar work; 2) Design Phase Services - Assisting GSA in management of design contracts, constructability reviews, cost estimating, cost control and management, commissioning planning, scheduling, and identification of long-lead items; 3) Procurement Phase Services - Assisting the government in preparing the Request for Proposals, amendments, site visits, pre-proposal conferences and similar activities; 4) Construction Phase Services - Assisting GSA in administration of construction contracts, coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, cost control and management, inspections, testing, commissioning planning/preparation, commissioning, and other required supplemental services; and 5) Post Construction Phase Services - Post-Occupancy evaluations, commissioning of building systems, formulation of lessons learned, identification of revisions to building criteria, claims analysis/negotiations and similar work. The CM shall provide GSA with sound management advice regarding each project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CM shall have a full understanding of each project, the approval process, budget, the contract documents, and the principles of Federal contracting and contract administration. Source Selection Procedures as identified in FAR Part 15.3 will be utilized in the selection of firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best value, source selection procedures incorporating tradeoffs between price and non-price factors. The Government reserves the right to make award without discussions. The technical evaluation factors for the small business set-aside IDIQ are in descending order of importance: 1. Relevant Past Experience, 2. Relevant Firm Past Performance, 3. Management Plan and 4.Key Personnel. The technical evaluation factors for the unrestricted IDIQ are in descending order of importance: 1. Relevant Past Experience, 2. Relevant Firm Past Performance, 3. Management Plan, 4. Key Personnel and 5. Small Business Subcontracting Methodology. Interested Parties/How to Offer: The Solicitation (RFP) will only be available electronically. It will be available on or about June 23, 2014. The solicitation can only be obtained by accessing FedBizOpps. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, and follow the procedures for notification registration. For any inquiries regarding this solicitation, please contact Shelba Young, Contract Specialist. To ensure inquiries are answered in a timely manner, please submit all questions via email, shelba.young@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/CLR_0001_03_14_14/listing.html)
- Place of Performance
- Address: GSA PBS Region 3 - The states of Delaware, Pennsylvania, southern New Jersey, West Virginia, Maryland and Virginia, except for the excluded jurisdictions of Washington, DC, and the surrounding jurisdictions of Montgomery County and Prince George's County in Maryland, and Alexandria City, and the counties of Arlington, Fairfax, and Loudoun, and Prince William in Virginia., United States
- Record
- SN03388410-W 20140608/140606234838-b2223c4b4890aa0b81f08d16ef2962f2 (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 |