Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

Z -- Bean Backfill CMc - Synopsis

Notice Date
3/25/2020 9:17:03 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0020R0026
 
Response Due
5/10/2020 11:00:00 AM
 
Archive Date
05/25/2020
 
Point of Contact
Matthew Nelson, Phone: 3472445147, Jennifer E. Styzek, Phone: 3123531214
 
E-Mail Address
matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov
(matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov)
 
Description
This project is for the renovation of 160,000 to 200,000 square feet, on the 1st and 2nd floors, to meet the needs of new customers who will be relocating to the building, in addition to relocating existing tenants within the building. Currently, Customs and Border Protection (CBP) and U.S. Marine Corps (USMC) will ultimately occupy the majority of this square footage. The proposed construction spaces will be vacant; however, the building will be occupied by other tenants during the work performance period(s). Hazardous material abatement/remediation will be required as part of these renovations.� The project scope includes: The overall responsibilities of the CMc are to perform construction management services relating to constructability, construction strategy, logistics, and budget control during the Design Stage services component, and (upon exercise of the Construction Stage work option) to perform the construction in accordance with the construction documents and other requirements under the Construction Stage work component.� Design Stage Base Services Collaboration with Architect/Engineering Firm, the Construction Manager as Agent (CMa), and other parties hired by GSA to perform specialized duties and requirements as appropriate for this project during any stage. Project Initiation Meetings Risk Management Workshops Design Submission Reviews Building Information Modeling(BIM) Value Management Historic Consultation Meetings Constructability Reviews Cost Estimating, Reconciliation, and Proposed Alternatives (CERPA) Preliminary Project Schedule and Analysis Construction Work Sequencing and Phasing Plan Electronic Project Management (ePM) Option 1 - Construction Stage (Including TurnOver and Closeout) Selective demolition including removal of walls, ceilings, and floors Necessary mechanical, electrical, and plumbing demolition. Necessary asbestos and Lead Based Paint (LBP) paint abatement work. New Detention Cell Block New floor layout HVAC system modifications New Plumbing New Lighting Millwork Etc. The contract completion time for this project is nine hundred and fifty-three (953) calendar days from receipt of notice to proceed. The estimated cost range is more than $10M. This is negotiated, best value procurement.� The contractor is to provide all management, supervision, manpower, equipment and supplies necessary for this project. The proposed contract is being solicited as full and open competition. The Request for Proposal will be issued on or about April or May of 2020. The solicitation cited above can only be obtained by accessing a secure website known as beta.SAM.gov (The System for Award Management). This is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. In order to obtain information from beta.SAM.gov, you will first be required to register with SAM. All government contractors must be registered in SAM prior to receiving an award. You may access SAM at the following URL:� beta.SAM.gov Any questions regarding this notification should be directed to the Contracting Specialist and Contracting Officer whose name(s) appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/597e8c00522543e5b549b3c8e5941e90/view)
 
Place of Performance
Address: Indianapolis, IN 46249, USA
Zip Code: 46249
Country: USA
 
Record
SN05599963-F 20200327/200325230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.