Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) Services Modernization of the Arthur J. Altmeyer Building

Notice Date
6/8/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GS-03-P-17-DX-C-0006
 
Point of Contact
James Eckhardt, Phone: 2154465765, Raymond Porter,
 
E-Mail Address
james.eckhardt@gsa.gov, raymondj.porter@gsa.gov
(james.eckhardt@gsa.gov, raymondj.porter@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Procuring Agency The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for Construction Manager as Constructor (CMc) Services for the Modernization of the Arthur J. Altmeyer at the Social Security Administration Complex in Woodlawn, Maryland. Project Synopsis The Arthur J. Altmeyer project scope consists of removal and replacement of the exterior cladding, interior finishes, mechanical, electrical and plumbing (MEP) systems, stairs and elevators, stripping the building down to the existing reinforced concrete frame. The project also consists of Hazmat abatement. The primary shafts (the stairs, elevators and other building systems risers) will be re-configured to suit modern requirements and a revised layout. The modernized building will incorporate sustainable design principles, efficient space planning, innovative technologies, and contemporary interior design to transform the building into a model workplace that is responsive to the existing building architecture. The mechanical plant in the basement will remain operational throughout construction. The project will also consist of modernization of the auditorium connected to the Altmeyer Building. Project Location Social Security Administration Complex 6401 Security Boulevard Woodlawn, MD 21235 Disclosure of Magnitude of Construction Projects The estimated total construction cost for the project falls within the range of $95,000,000.00 and $110,000,000.00. Project Delivery Method The Government intends to deliver this requirement through the CMc project delivery method to manage and execute a construction project utilizing a Guaranteed Maximum Price (GMP) contract with Construction Contingency Allowance (CCA) and shared savings. The Construction Manager as Constructor (CMc) project delivery method is commonly referred to as the Construction Manager at-Risk project delivery method. The following phases of work and services will be required as part of the CMc delivery method; Design Phase The Design Phase consists of the following three stages: Design Concept, Design Development, and Construction Documents. The following services are typical requirements that the contractor may need to provide throughout the Design Development, and Construction Documents phases: 1.Program Review Meetings; 2.Consultation/Project Progress Meetings/Presentations; 3.Design Submissions and Reviews; 4.Cost Management, Estimating and Reconciliation; 5.Value Engineering; 6.Construction Work Allocation Plan; 7.Historic Preservation and Environmental Compliance; 8.Construction Work Sequence Plan; 9.Design Development Phase; and 10.Construction Document Phase Construction Phase The following services are typical requirements that the contractor may need to provide throughout the construction stage 1.Construction Commencement; 2.Early Work Packages; 3.Construction Administration; 4.Construction Excellence Peer Reviews; and 5.As-Built Drawings Turnover Phase The following services are typical requirements that the contractor may need to provide throughout the turnover stage 1.Participate in Pre-Final walk-throughs; 2.Prepare Punch-lists; 3.Prepare Operation and Maintenance Manuals; 4.Submit Warranties, Guarantees, and Certificates; and 5.Preparation for Tenant Occupancy Competitive Procedures This procurement will be competed utilizing full and open competition in accordance with FAR 6.1. Competitive proposal will be requested in accordance with FAR 15 "Contracting by Negotiations." Selection Procedures The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. 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 proposal conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: 1.Experience 2.Past Performances 3.Cost Accounting Standards (CAS) Compliance * 4.Management Approach 5.Value Engineering 6.Subcontracting Plan 7.Project Labor Agreement ** 8.Interviews * 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. Cost Accounting Standard (CAS) compliance shall represent a go/no-go evaluation factor. The successful offeror will be required to use an "open book accounting system" which will be subject to periodic government review. ** Offerors will be invited to submit a proposal subject to PLA requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. A bid guarantee will be required in accordance with FAR 52.228-1 with each offerors proposal. Performance and Payment Bonds shall be required prior to Notice to Proceed. Procurement Schedule Issue Request for Proposal- On or about July 7, 2017 Technical Proposal Phase I (Factors 1, 2, 3)- Due Date on or about August 7, 2017 Technical Proposal Phase II(Factors 4, 5, 6, 7)- Due Date on or about November 17, 2017 Interviews (Factor 8)- Will be held on or about the week of December 11, 2017 Price Proposal Phase III- Due Date on or about January 12, 2018 Award Date- On or about February 16, 2018 To be considered for award an offeror shall submit a proposal at each phase of the procurement. Design Schedule Design Charrette- On or about June 29, 2017 Presentation of 3 Concepts- On or about September 7, 2017 Single Concept Presentation- On or about October 27, 2017 Final Concept and Program Approval- On or about December 24, 2017 Design Development Submission for Comments- On or about March 19, 2018 75% Construction Document Submission for Comments- On or about July 16, 2018**** 95% Construction Document Submission for Comments- On or about September 24, 2018 100% Construction Document Submission/Design Complete- On or about November 12, 2018 ****The government may exercise GMP options at this time Early Work Packages The government intends to issue two early work packages for the following services; 1.Abatement of Hazardous Material; and 2.Demolition The early work packages are planned to be issued by amendment before pricing is received and included in the solicitation as Firm Fixed Price line items. Period of Performance Design phase services are anticipated to commence upon award of the contract on or about 16 February 2018. The Early Work Packages are anticipated to be included in the award with Notice to Proceed (NTP) to given in March 2018. The Optional Construction Phase Work is anticipated to be awarded on or about July 2018, with a performance period of approximately 912 calendar days (30 months). NAICS Code and Small Business Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. Pre-Proposal Conference and Small Business Opportunity A pre-proposal conference will be held at the Altmeyer Building at a date and time to be determined. Final details will be provided within the solicitation. Prior notification of attendance to this conference is mandatory. You will be asked to provide your company's name and all potential attendees' full names (no more than 3 per firm) to james.eckhardt@gsa.gov by a time and date to be determined within the solicitation. Local small businesses are highly encouraged to attend the conference. A brief business card exchange session will follow the conference to provide an opportunity for subcontractors and vendors to introduce themselves to potential offerors. Interested Parties/How to Offer The Solicitation will only be available electronically. It will be available on or about June 30, 2017. The solicitation can only be obtained by accessing FedBizOpps, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. For additional registration information, visit the FedBizOpps website, www.fbo.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fbo.gov, follow the procedures for notification registration. Request for Information All inquiries concerning the project shall be directed to the following email address: james.eckhardt@gsa.gov. Further instructions will be provided in the solicitation section 201. ***This is NOT a request for proposals and does not constitute any commitment by the Government.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70f8c56f5911a8a60e45f28e589f221e)
 
Place of Performance
Address: Social Security Administration Complex, 6401 Security Boulevard, Woodlawn, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN04538347-W 20170610/170608235530-70f8c56f5911a8a60e45f28e589f221e (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.