Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1996 PSA#1501

General Services Administration (8PF),Public Buildings Service,P. O. Box 255 46,Denver,CO 80225-0546

C -- CONSTRUCTION MANAGEMENT SERVICES FOR SOL GS-08P-95-JFC-0005 POC Contact,Dannie Crowder,303/236-7070,Contracting Officer,Steven R. Farringto n,303/236-7070 SIC CODE 8712. Professional Services are required from a firm to perform Construction Management Services for the Federal Building - National Oceanic & Atmospheric Administration (NOAA), proposed for construction in Boulder, Colorado. The proposed NOAA Building will contain approximately 236,500 occupiable square feet (372,000 gross square feet) of space which includes laboratory, computer, office, conference, machine shop, and other space, and construction cost is in excess of $40 Million. Consideration is limited to firms having existing active office(s) located in Colorado. Such offices must be in operation at the time of this announcement, and be fully staffed to coordinate all construction activities. Firms must have a track record of providing Construction Management Services on three or more similiar projects in excess of $20 Million per project, and at least one project for a public agency costing $40 Million (and gross square feet in excess of 300,000 square feet). The proposed project is subject to an Environmental Impact Statement (EIS) which is currently in process. If the project is approved, the work required by this notice will be for Procurement Phase Services, which will include review of plans and specifications, preparation of cost estimates, value engineering, and other technical services, assisitng in pre-qualification of general contractors, preparation of addenda for construction bid documents, and participation in pre-bid conference. The following options will be considered only if the project, which is subject to an EIS, is approved. Construction Phase (Option) which will include construction inspection, verification of compliance with design intent, construction management, shop drawing submittal review, interpretation of design, preparing explanatory drawings and responses for contractor requests for information, compliance reviews for contractor safety requirements, critical path schedule monitoring, monitoring labor standards compliance, preparing final as built CADD drawings, change order estimating and negotiating, recommending construction progress payments based on cnstruction compliance with plans and specifications, final inspection and project close-out; and Post Construction (Option) which anticipates that the Construction Contractor will be required to perform certain services after project completion. In conjunction with these General Contractor Services, the Post Construction Option will include oversight of warranty and servicing of building systems by the General Contractor, ensuring that the building is operated as designed, and that the building sutomation and energy management systems function as designed. The Construction Manager (CM) will be a firm with an established reputation and a staff of professionals experienced in performing: inspection and observation to determine compliance with plans and specifications; interpreting project plans and specifications to monitor compliance with the plans, specifications and the purpose of the design; evaluation and analysis of materials, equipment or systems for acceptance; shop drawing reviews; construction management; cost control and reporting; negotiating contract modifications; accurate record keeping, estimating, processing change orders; review and processingof pay requests; maintaining record drawings; monitoring of compliance with safety and labor standards; administration; scheduling; value engineering; and monitoring of the project to ensure compliance with environmental mitigation measures identified by the EIS. The CM must demonstrate capability in the following disciplines: Architecture, Civil, Structural, Mechanical, and Electrical Engineering. Disciplines must be professionally registered in the State of Colorado in order to comply with the State of Colorado Rule XVII Construction Observation, (ByLaws and Rules of Procedure of The State Board of Registration for Professional Engineers and Professional Land Surveyors), and the Colorado State Board of Examiners of Architects. The CM must provide all necessary management, supervision, labor, supplies, material, and any other needs required to manage the project and to monitor the General Contractor's quality assurance programs, and shall plan, schedule, coordinate and assure effective performance of all CM Services. Offerors must have computer capability with MS Word and Autocadd Version 12 This will be a negotiated procurement which may result in award of a fixed price contract The Government will be the sole determiner whetherthe base contract and any options will be exercised since the project is subject to an EIS. There is no guarantee whether the Procurement Phase work or other options will be awarded. All work under the Construction and Post-Const- ruction Options of this contract shall be performed at the project site. The location of the work for the Procurement Phase Option shall be as determined by the Contracting Officer. This is a Brooks Act Competitive Procurement. Offerors shall identify a specific project team for the project. the evaluation factors in descend- ing order are: 1. PAST PERFORMANCE: Offeror shall provide references from projects performed over the past 5 years. The Government may also obtain information from sources other than from the offeror, and offeror shall list all contracts performed for the last 5 years. Past performance shall be evaluated using references and information from all sources. Past performance will describe: successful conclusions of previous projects of similiar size and construction requirements, ability to manage a project of thos size, and the past performance of the proposed team and team members in similiar roles. Include types of buildings and types of projects. Provide references of team for similiar previous projects including; size, cost and scope of previous projects, responsibilities, and specific project data. 2. EXPERIENCE OF PERSONNEL: Describe experience of team members with projects of similiar nature and scope (include references and telephone numbers of contracts), experience of members of team with regard to construction phase services, and specific experience of individ- uals. include summary resume type format of education, technical expertise and references of individuals assigned to the project.Address specific experiece and understanding of laboratory facilities and installation of fiber-optictelecommunications networks, and specific experience of individ- uals in project management. 3. CAPABILITIES OF OFFEROR: Describe capabil- ity of the offeror to commit appropriate time and effort to the project. (Procurement phase is estimated to last 6 to 8 months, construction 18 to 24 months, and Post Construction from 12 to 18 months). Describe capabil- ity or provide evidence in construction management of similiar projects, meeting schedules, tracking and controlling costs, providing accurate cost estimates as demonstrated by cost cotrol and estimating techniques. 4. ORGANIZATION/MANAGEMENT: Describe the team's organization and management approach to accomplish the project in a preliminary or typical project management plan including; the roles and responsibilities of individuals involved, lines of authority, lines of communication and decision making process. Describe the role of the office's and staff's relationship to government agencies, lines of communication between team, and occupant agencies. Responses to this notice must be on GSA Standard Form 255 and may be obtained from GSA at the below address. This is a Brooks Act Procurement and negotiations will be conducted with the selected firm. The selected firm will be provided with a request for proposal. This contract has been set-aside for small business only. Three copies of the completed Sf 255 forms must be received no later than February 5, 1996. All submittals must clearly identify the Solicitation Number on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-10. See numbered Note 25. Address all inquities to General Services Administration, Public Buildings Service, Fee Development Center 8PF, Attn: Steve Farrington, Contracting Officer, Solicitation Number GS-08P-95-JFC-0005, P.O. Box 25546, Denver, Colorado 80225-0546. (0362)

Loren Data Corp. http://www.ld.com (SYN# 0010 19951229\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page