Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St. NW, Atlanta, GA 30365-2550

C -- CONSTRUCTION MANAGEMENT CONTRACT (CM) - RESEARCH TRIANGLE PARK, NC - NEW RESEARCH & ADMINISTRATION FACILITY SOL GS-04P-96-EXC-0025 DUE 051796. Contact Point, Beverly A. Bigham, 404/331-4870, Contracting Officer, Beverly A. Bigham, 404/331-4870. CONSTRUCTION MANAGEMENT (CM) CONTRACT for proposed new Research & Administration Facility for the Environmental Protection Agency (EPA) on a 132 acre site located in Research Triangle Park, North Carolina. The proposed facility will have a gross area of approximately 1.2 million square feet and will provide structured parking for approximately 1,800 vehicles. The facility will house lab, office, computer and associated support space. The construction cost range for the project is between $200 million and $215 million. The budget for construction management services is approximately $5 million. Agency CM Services will consist of Pre-Construction Phase Services and an option for Construction Phase Services, including but not limited too project management, cost estimating, schedule control, value engineering, submittal review, inspection services, testing services, commissioning, review invoices, recommending actions on RFIs, technical evaluation of change order proposals, monitoring safety programs, and ensuring construction quality control, etc. The CM will provide professional, technical, administrative and clerical personnel as needed to perform all required services under the contract and any option which may be exercised. The CM will be required to assign an on-site Construction Management Executive and a team consisting of architects, civil, structural, mechanical, and electrical engineers, cost estimators and negotiators, CPM schedulers, inspectors, clerical support, testing engineers/technicians, and Quality Control personnel. Submission Format: Firms having the capabilities to perform the services are invited to submit a letter of interest to the procurement office listed below with their firm's technical qualifications along with the technical qualifications of its key personnel proposed for this project. If the offeror is a partnership, corporation, association, joint venture, or other legal entity, briefly describe the proposed working and legal relationships of the parties. The submittal should be organized to correspond with the evaluation factors listed below. The forms SF 254 and SF 255 may be utilized but are not required. If SF 254 and SF 255 are used, they must be current (reflecting a date not more than one year old from the month of this notice). Photographs may be incorporated with the test in Section 8 and 10 of the SF 255, if used. A maximum of five pages of additional photographs or information may be presented. The following criteria represent the factors which will be used by the Evaluation Board during the first stage in selecting a short-list of firms from which to select the construction management contractor. These same criteria, with appropriate sub-categories, will also be used by the Evaluation Board during the second stage of the selection process. After the Evaluation Board reviews the Stage I submittals, the Board will select a short-list of a minimum of three firms and will request a Stage II submittal (see below) from the short-listed firms. Once selected, the short-list will be published in the CBD. EVALUATION FACTORS - Qualifications and Experience of Key Personnel (40 points) Summarize the qualifications, professional designation, experience, education, background information, specific assignments, and other significant information for key members of the proposed CM team. For all key personnel, identify the anticipated duties of the person as full-time or part-time, and identify the person as an employee of the CM firm or as an employee of a consulting firm. CM Firm's Past Experience on Similar Projects (30 points). Provide information on recently completed or on-going projects such as multidisciplinary R&D labs, animal care facilities, automobile test facilities, waste handling facilities, central utility plants with underground distribution lines, parking decks, large scale computer centers and/or similar projects types that will identify the firm's qualifications, experience and achievements. This information should clearly demonstrate the firm's ability to perform the work anticipated under the contract. Provide names, addresses and telephone number of five clients for which the CM firm has provided similar services to those described in this announcement within the past five years. CM's Management Approach to the Project (25 points). Provide an organizational chart identifying the CM's key personnel and consultants with lines of authority and communication clearly shown. Describe the CM's approach to mobilization for the project and effective management control of personnel and consultants. Indicate additional human resources that may be utilized in the event that personnel initially identified must be replaced or supplemented during the project. Describe the resources and facilities available to the CM. Describe in-house and sub-contracted capabilities. Indicate additional outside resources that are available to the CM. Geographic Location of Production Office(s) (5 points). In the evaluation of submittals, preference will be given to firms having active, viable production offices within the state of North Carolina and to firms outside the state providing subcontract opportunities to North Carolina based firms. Firms must have previously established (minimum 2 years as of the date of this announcement) operational (not marketing) offices within the state of North Carolina in order to be considered located within the state. The technical proposals will be evaluated first according to the rating factors identified above, and then a short-list of the most highly qualified firms will be prepared. The short-listed firms will be notified and interviews by Evaluation Board representatives of each firm will be arranged at the respective offices of the CM firms. Consideration of joint ventures will be based upon a demonstrated interdependency of firms which make the arrangement viable and desirable for quality and efficiency. Short-listed firms will provide a more detailed qualifications submittal in Stage II. The entire project team, including the key personnel identified in the first stage, as well as any consultants proposed for the project will be evaluated. The short-listed firms will submit SF 254 and SF 255 that describes the entire project team. It is not necessary to re-submit information previously submitted in Stage I. Detailed evaluation criteria, the date when submittals are due, and other details of the final selection process will be provided in the CBD short-list announcement. Although this procurement is open to large businesses, small and minority-owned businesses are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in Federal acquisitions. The consultants proposed by large businesses shall be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan to be submitted by short-listed firms in Stage II only. Short-listed firms must also provide a brief written narrative describing outreach efforts made to utilize small disadvantaged and small women-owned businesses on this project. An acceptable subcontracting plan must be agreed upon prior to contract award to any large business. Short-listed large businesses will be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: Small Businesses (32%), Small Disadvantaged Businesses (6%), and Small Women-Owned Businesses (3%). Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting three (3) copies of the submittal information listed above to Ms. Beverly Bigham at the office and address listed below, to be received by that office no later than 3:00 P.M. on May 17, 1996. General Services Administration, 401 West Peachtree Street, NW Suite 2500, Atlanta, GA 30365, 404/331-4870, FAX No. 404/730-2309, Attn: Beverly Bigham. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. A follow-up listing of firms to be interviewed will be placed in this publication. This is not a request for a proposal. Exercise of Construction Phase option subject to availability of funds. (106)

Loren Data Corp. http://www.ld.com (SYN# 0010 19960418\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page