Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

Y -- New - Greenville, SC Federal Courthouse Building

Notice Date
5/1/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R4 Acquisition Management Division (47PE00), 77 Forsyth Street, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04-P-16-BV-C-7005
 
Point of Contact
Swindale Rhodes, Phone: 4044338317, Julius Teal, Phone: 404-331-1594
 
E-Mail Address
swindale.rhodes@gsa.gov, julius.teal@gsa.gov
(swindale.rhodes@gsa.gov, julius.teal@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE - SOLICITATION NO: GS-04-P-16-BV-C-7005 New - Greenville, SC Federal Courthouse Building Region: 4 City: Greenville State: South Carolina Contracting Officer: Swindale Rhodes Phone Number: (404) 433-8317 PROJECT: Carroll A. Campbell Jr. United States Federal Courthouse, Greenville, SC BUILDING TYPE: United States Courthouse CLIENT AGENCY: United States District Courts, United States Marshals Service, United States Probation Office, United States Federal Public Defender, Office of the United States Attorney (Trial Prep) and GSA's Public Buildings Service SIZE: Approximately 193,000 gross square feet, including parking PARKING SPACES: 70 inside parking spaces BUDGET: $72,000,000 - $82,000,000 Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Public Buildings Service (PBS) seeks to commission our nation's most talented architects, landscape architects, interior designers, engineers, and construction professionals to design and construct federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, functionality, constructability, durability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. In this context, GSA announces an opportunity for Construction Excellence in public architecture for performance of Construction Manager as Constructor (CMc) services in accordance with GSA quality standards and requirements. As required by law, regulation and/or Executive Order, all facilities will meet federal energy goals, security requirements, and achieve at, a minimum, LEED Gold V4 and SITES Silver certification. GSA intends to issue a Request for Proposal (RFP) for a Construction Manager as Constructor, (CMc) contract for the new "Carroll A. Campbell Jr. United States Federal Courthouse" in Greenville, SC. This acquisition encompasses the construction of approximately 193,000 gross square feet of offices and related space that will provide seven courtrooms and nine chambers to accommodate nine judges and 70 inside, secured parking spaces. Other court related tenants include the U.S. Probation, Federal Public Defender, and the U.S. Department of Justice (U.S. Marshals Service and Office of the U.S. Attorney (Trial Prep)). The project site is located in downtown Greenville, SC at the southeast corner of the intersection of East North Street and North Spring Street. Site size is approximately 1.97 acres. Due to the size and complexity of the work, the best procurement method is full and open competition. The CMc is at risk and is responsible for involvement in the project development and administration of the construction. The CMc's approach to Design Phase Services will include, but not be limited to, schedule development, cost-estimating and cost-reconciliation services, identifying and addressing key subcontractors' participation, constructability reviews, and value engineering/life cycle cost analysis services. The CMc's approach to Construction Phase Services will include, but not be limited to, cost loaded and resource loaded scheduling, cost control including contingency management, change order management, "open book accounting," site demolition, utility relocation and physical construction of the building, to include commissioning of building systems, turnover, occupancy through project closeout. GSA intends to award a single, fixed price contract for Design Phase Services, with an option to award Construction Phase Services as a Guaranteed Maximum Price, with a sharing ratio, pursuant to FAR Subpart 16.204 -- Fixed-Price Incentive Contract type. For this contract award process, GSA will issue a one phase solicitation, based upon FAR Subpart, 15.101 -- Best Value Continuum. The Contract contemplated for this solicitation will provide for a Guaranteed Maximum Price (GMP) with CMc Contingency Allowance (CCA), and determines the contractor's compensation in a manner significantly different from a firm-fixed-price contract. For this RFP, non-price factors, when combined, will be significantly more important than the total evaluated price. Evaluations will be based on technical factors as well as price. The Government reserves the right to evaluate proposals and make an award without conducting discussions (clarifications may be made as described in FAR 15.306(a)). The Government may negotiate the CMc's fee for Design Phase Services and/or estimated cost of the work for Construction Phase Services including profit, general conditions and overhead costs as well as any other aspect of the offer as deemed necessary. In accordance FAR Subpart 15.305, the Contracting Officer will determine which proposals are within the competitive range based on the evaluated price and the non price evaluation factors included in the RFP. 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 Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Total Evaluated Price shall be calculated using the prices indicated in the Price Proposal, using the following formula: (1) A fixed fee for Design Phase Services; (2) A GMP for the Construction Phase Work; (3) A fixed price for the contractor's Fee; and CLIN ITEM PRICE (1) Design Phase Services $ (2) Target Estimates Cost Of Work (ECW) $ (3) CMc Contingency Percentage Allowance 3% $ (4) CMc Contingency Allowance (2 x 3) $ (5) Fee $ (6) Guaranteed Maximum Price (2 + 4 + 5) $ Total Evaluated Price (1 + 6) $ As noted above, the GMP is the sum of the ECW, the CCA and the contractor's Fee; the CCA is established as a government-defined percentage of the ECW. Bond Requirements A bid guarantee will be required 90 days prior to the exercise of the Construction Option. The option award will require performance and payment bonds as specified in the Agreement. General Accepted Accounting Principles (GAAP) Certification Requirement: The GAAP Certification must be provided from the accountant directly to the Contracting Officer by the submission date for initial proposals. The Offeror must submit all disclosures in accordance with FAR 52.230-1, Cost Accounting Standards Notice and Certifications and FAR 52.230-7, Proposal Disclosure - Cost Accounting Practice Changes. Subcontracting Criteria: This procurement will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR 19.7, as part of its proposal. The RFQ will be issued electronically on or about May 16, 2017 on the Internet at: http://www.fedbizopps.gov/. Pre-proposal Conference Prior to receipt of proposals, GSA will host a Pre-proposal Conference and Small Business Networking Session for interested Offerors. Note: Attendees are encouraged to walk the site prior to the start of the pre-proposal conference. Date: May 25, 2017 Time: 10:30 a.m. Location: Jacobs Technology Office 1041 East Butler Road Greenville, SC 29607 :
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04-P-16-BV-C-7005/listing.html)
 
Place of Performance
Address: The site is bounded by East North, North Irvine, East Coffee and North Spring Streets, Greenville, South Carolina, 29601, United States
Zip Code: 29601
 
Record
SN04490787-W 20170503/170501234314-14c3033741536afb41b2f6e09d61b1b6 (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.