Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) for the Anthony J. Celebrezze - Veterans Benefits Administration (VBA) Renovation and Backfill Project, and Defense Finance and Accounting Service (DFAS) Consolidation Project

Notice Date
9/15/2020 3:54:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0020R0063
 
Response Due
10/19/2020 12:00:00 PM
 
Archive Date
11/03/2020
 
Point of Contact
Helen V. DiMonte, Phone: 3123531189, Daniel Ramirez, Phone: 3123854106
 
E-Mail Address
helen.dimonte@gsa.gov, daniel.ramirez@gsa.gov
(helen.dimonte@gsa.gov, daniel.ramirez@gsa.gov)
 
Description
Construction Manager as Constructor (CMc) for the Anthony J. Celebrezze - Veterans Benefits Administration (VBA) Renovation and Backfill Project, and Defense Finance and Accounting Service (DFAS) Consolidation Project Notice Type:� Synopsis/Solicitation Sources Sought/Solicitation #� 47PF0020R0063 PSC Code:� Z2AA - Repair or Alteration of Office Buildings NAICS Code: 236220 � Addition, alteration and renovation, commercial and institutional buildings. Points of Contact: Helen DiMonte, 312.590.9496 Daniel R. Ramirez, 312.385.4106 E-Mail Address: Helen.DiMonte@gsa.gov� Daniel.Ramirez@gsa.gov� Agency/Office: PBS Location: Region 5, Acquisition Management Division (5P1QFB) Title:� Anthony J. Celebrezze - Veterans Benefits Administration (VBA) Renovation and Backfill Project and Defense Finance and Accounting Service (DFAS) Renovation Project Description: The General Services Administration (GSA), Great Lakes Region 5, announces an opportunity for Construction Manager as Constructor (CMc) Services to be provided for the Anthony J. Celebrezze - VBA Renovation and Backfill Project in Cleveland, Ohio.� The contractor is to provide all management, supervision, manpower, equipment and supplies necessary for this project. The proposed CMc contract is being solicited as full and open competition. 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. The technical factors when combined will be significantly more important than price (FAR 15.101-1, Trade Offs). When technical factors are closer in score to each other, pricing will be considered of a higher significance. The technical factors will include:� Experience in providing Design and Construction Phase Services on similar projects; Management Approach; Qualifications and Experience of Key Personnel; Past Performance in providing Design Phase Services and Construction Phase Services on similar projects; and a Project Labor Agreement. The Government reserves the right to make an award on initial offers, but discussions may be held if appropriate. The estimated total construction costs for the project falls within the approximate range of $50 to $70 million. The construction contract is anticipated to be awarded in February 2021, with a performance period of approximately 5 years. Project Scope: The Anthony J. Celebrezze Federal Building located at 1240 East 9th Street in downtown Cleveland was named after Cleveland�s 49th mayor, United States Secretary of Health, Education, and Welfare and Federal appeals judge Anthony J. Celebrezze. The building was completed in 1967 and houses multiple federal government agency offices. The building has 32 stories, rises to a height of 419 feet and has approximately 1,007,000 square feet of space. The building is eligible for listing on the National Register of Historic Places. The project proposes the renovation and backfill of floors 9 through 13, and renovation of floors 14, 22, 24, 25, 28, and 29 at the Celebrezze Federal Building. The project scope includes an interior space remodel with major upgrades and/or replacement of major building systems, including: HVAC, plumbing, electrical, teledata, life safety systems, and Asbestos Containing Material (ACM) abatement work. The VBA, currently on the 9th through 13th floors, will consolidate and modernize office space on the 9th through 12th floors. The Department of Labor - Office of Workers' Compensation Programs and the Department of Education, currently in Cleveland area lease locations, will backfill the VBA vacated 13th floor.� Several federal tenant agencies including Armed Forces Recruiting, Navy, Railroad Retirement Board, and the Department of Labor - Bureau of Statistics, currently on the 9th and 12th floors, will be relocated to vacant space on other floors in the building to provide continued long-term housing for VBA. This will allow VBA to consolidate office space to fewer floors in the building, all of which would be on the same elevator bank. The project also provides the opportunity to complete much needed shell upgrades and to remove hazardous materials, including ACM fireproofing on affected floors. The scope will include all new ceilings, lighting, fire alarm system, ductwork, VAV boxes and controls. It will also include modification of the 12th floor public toilet rooms for ABAAS compliance, Building Standard common corridor and elevator lobby finishes, tenant improvements, and rework of fire sprinkler drops/replacement of sprinkler heads at renovated floor areas. Optional scope for the project may include the modification of stairwell handrails throughout the building for Architectural Barriers Act Accessibility Standard (ABAAS) compliance, as well as combination sprinkler standpipe/riser work. The DFAS Consolidation project proposes the renovation of floors 14, 22, 24, 25, 28, and 29.� The Defense Finance and Accounting Service (DFAS) has recently completed renovation work on the 23rd Floor, and will use this as a model for the proposed floors. The scope will include abatement of existing floor tile and mastic below existing carpet tile as needed (note 29th floor has been abated through a previous project), new carpet and paint. New systems furniture will be provided by Tenant, with coordination and wiring of panels by CMc under this contract. The electrical and data lines are to be reused to the greatest extent possible, with additions as needed.� Limited upgrades to mechanical and electrical distribution systems may be required.� No work is anticipated to be performed to or above the existing ceiling. Phasing will be required to work with Tenant furniture procurement funding. One phase must be complete before the next phase begins. The design for the project will conform to the Celebrezze Federal Building Design Standards, Facilities Standards for the Public Buildings Service P-100, and other building codes and standards as applicable to this project. Design services, which will be accomplished through a separate contract, are necessary for the renovations and alterations of vacant space to meet; the functional requirements of prospective tenants, fulfill policy and regulatory criteria, and provide state of the art workplaces that help define interior design standards for the building. Designed solutions shall be consistent with the latest objectives of GSA, prospective tenants, and best practices in architectural planning and design. The space required by prospective tenants is primarily general office space including; both open office area and private offices, ancillary and support space such as conference rooms, break rooms and storage. Prospective tenants include seven federal agencies with a total renovation requirement of approximately 170,000 sf for VBA Renovation and Backfill Project, and 149,600 sf for the DFAS Consolidation Project. Delivery Method: Construction Manager as Constructor (CMc) Size Standard: The applicable NAICS Code 236220 � Addition, alteration and renovation, commercial and institutional building small business size standard is $39.5 million. The CMc shall be a member of the project team. The CMc selected for this project shall work along with the GSA, GSA�s selected Architect and Engineer (A/E) firm, and Construction Manager as Agent/Commissioning Agent (CMa/CxA). The CMc is at risk and is responsible for involvement in the project and administration of the construction. The base contract will be awarded at a Firm-Fixed Price.� Joint Ventures: Joint Venture or firm/consultant arrangements will be considered and must submit an acceptable joint venture agreement. The solicitation package will be issued on or about September 15, 2020. The solicitation package will only be available electronically. Potential offerors will be responsible for downloading the solicitation from the beta.SAM.gov website, and for monitoring for possible amendments and/or additional information.� A pre-proposal conference will be hosted virtually and will be held approximately 1 to 2 weeks after the solicitation is issued; currently scheduled for September 29, 2020. Guidance for site-visits will be provided in the solicitation. 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. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understand 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 October 19, 2020.� All responsible sources may submit a 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: beta.sam.gov. This website is designed to safeguard Controlled Unclassified Information (CUI). The website is part of the System for Award Management (SAM), and is available for use by all Federal agencies. 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. No federal materials can be downloaded until you have registered. You may access SAM at the following URL: beta.sam.gov Any questions regarding this notification should be directed to the Contracting Officer whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation. Primary Point of Contact: Contracting Officer Helen DiMonte General Services Administration� Acquisition Management Division� Secondary Point of Contact: Contract Specialist Daniel R. Ramirez General Services Administration Acquisition Management Division Contracting Office Address: Please refer to the notice for address and remittance information. Place of Contract Performance: Anthony J. Celebrezze Federal Building 1240 E 9th St, Cleveland, OH 44199 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36bac1bbc3744ab2a07b6dcb94d5e905/view)
 
Place of Performance
Address: Cleveland, OH 44199, USA
Zip Code: 44199
Country: USA
 
Record
SN05798023-F 20200917/200915230153 (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.