Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

Z -- Milwaukee Facade Restoration Construction Manager as Constructor

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Capital Projects Contracting Team (47PF13), Please refer to notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
GS05P17GBC0004
 
Archive Date
7/20/2017
 
Point of Contact
Alexandra M Huber, Phone: 3128065027, Helen V. DiMonte, Phone: 3123531189
 
E-Mail Address
alexandra.huber@gsa.gov, helen.dimonte@gsa.gov
(alexandra.huber@gsa.gov, helen.dimonte@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide Construction Manager as Constructor (CMc) services for the Milwaukee Federal Building and U.S. Courthouse facade restoration and stabilization in Milwaukee, Wisconsin. The scope of CMc services include Design Phase Services and an option for Construction Phase Services. The CMc will be competitively chosen using source selection (FAR 15) procedures. The objective of the source selection process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and the total evaluated price. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include Experience in providing Design Phase Services and Construction Phase Services on similar projects; Project Management Plan/Approach; Qualifications and Experience of Key Personnel; Past Performance in providing Design Phase Services and Construction Phase Services on similar projects, and Project Labor Agreement. Additionally, Cost Accounting Standard (CAS) compliance shall represent a go/no-go factor. The Contractor must demonstrate their compliance with CAS through the submittal of 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. The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. The estimated total construction cost for the project falls within the range of $15,000,000.00 to $25,000,000.00. The Design Phase Services are anticipated to commence upon award of the contract on or about October 1, 2017. The optional Construction Phase Work is anticipated to be awarded in or around April 2018, with a performance period of approximately 729 days. The requirement for this opportunity includes restoring and/or stabilizing the historic granite façade; primarily the stone cornices, gutters at the turrets, damaged granite corners and the balcony above the north entrance, damaged limestone in the courtyards, and damaged brick on the penthouse. The project also includes correction of failing gutters, repointing, sealant repairs, and the treatment and preservation of the exterior stone; the brick masonry; and their supporting steel structure. No window work is proposed with exception to the ornamental grills. The NAICS code for this procurement is 236220. The CMc shall be a member of the project development team during the design and construction phases. The CMc selected for this project shall work along with the GSA and GSA's selected Architect and Engineer (A/E) firm, Commissioning Agent (CxA), and Construction Manager as Agent (CMa). The services requested of the CMc shall cover a wide range of design and construction activities, such as: constructability reviews, cost estimating, work phasing reviews, scheduling and general construction services. The CMc is at risk and is responsible for involvement in the project development and administration of the construction. Definition of Construction Manager as Constructor: 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, sustainability review, scheduling and general construction services. The services requested of the CMc shall cover a wide range of design 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 A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A/E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the Estimated Construction Cost at Award (ECCA), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Services. The Contractor is required to complete the Design Phase Services for the firm-fixed-price set forth in the Contract Price Schedule. If the Government exercises the option for the Construction Phase Services, the contractor shall complete the Construction Phase Services at or below the Guaranteed Maximum Price (GMP). Joint Ventures: Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. The solicitation package will be available on or about June 1, 2017. The solicitation package will only be available electronically. Potential Offerors will be responsible for downloading the solicitation from the FedBizOpps website, https://www.fbo.gov, and for monitoring for possible amendments and/or additional information. A pre-proposal conference and site-visit will be held in Milwaukee, Wisconsin approximately three weeks after the solicitation is issued. A link to the Pre-Proposal Registration Form will be included in the solicitation posting, and anyone interested in attending the pre-proposal conference shall complete the form and submit it no later than one week prior to the pre-proposal conference. Please note, the number of people attending will be limited to three individuals per company/team. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions or miscalculations in offers. The offers will be due on or about July 1, 2017. All responsible sources may submit a bid/proposal which shall be considered by the agency. In order to be eligible for award offerors are required to provide electronic representations and certifications in the System for Award Management (SAM), which can be accessed at: https://www.sam.gov. An award is anticipated on or about September 30, 2017. Any questions regarding this notification should be directed to the Contracting Officer, Helen DiMonte at helen.dimonte@gsa.gov, or Contract Specialist, Alexandra Huber at alexandra.huber@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS05P17GBC0004/listing.html)
 
Place of Performance
Address: 517 E Wisconsin Avenue, Milwaukee, Wisconsin, United States
 
Record
SN04496712-W 20170506/170504235754-a0ec3afe18445edbdff2d5c5f30b39da (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.