|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) -- ATLANTA, GA -- NEW
INFECTIOUS DISEASE LABORATORY (BUILDING 17) FOR THE CENTERS FOR DISEASE
CONTROL AND PREVENTION (CDC) SOL GS-04P-97-EXC-0005 DUE 012297 POC
Ronald Butler at GSA, (404) 331-4871, Michael Payne at CDC, (404)
639-0314. Construction Manager As Constructor (CMc) Services Contract
for the proposed Infectious Disease Laboratory (Building 17) on the
Clifton Road Campus of the Centers for Disease Control and Prevention
in Atlanta, Georgia. This is an unrestricted procurement (open to large
and small businesses). The scope of CM As Constructor services under
this proposed contract includes Preconstruction Phase Services and
Construction Phase Services. Preconstruction Phase Services shall
include, but are not limited to, preliminary evaluation of design
development documents, consultation during construction document
production, preliminary project schedule development, recommendations
on phased construction, review of cost estimates and preparation,
development of subcontractor and supplier interest, establishment of a
negotiated Guaranteed Maximum Price (GMP) and identification of
long-lead items. Construction Phase Services shall include, but are not
limited to, administration of the construction contract (whether work
is performed with the CMc's own forces or subcontracted), coordination
of regular construction meetings, CPM scheduling, daily logs and
monthly reports, monitoring of construction costs, and other required
supplemental services if so requested by the Government. The CMc for
this contract will be competitively chosen using Source Selection
procedures. For this contract, the evaluation of price (represented by
the CMc's fee for Preconstruction Phase Services, and fee for
Construction Phase Services including profit, General Conditions and
other overhead costs) during the project construction and
commissioning, will be given equal weight to the technical factors
listed herein. Progress concept design documents will be available to
all interested bidders at the Pre-Submission Conference described
herein. Project Summary. The proposed Building 17 will be constructed
on a southwest portion of the Clifton Road Campus site located at 1600
Clifton Road, Atlanta, Georgia. The project consists of a new
laboratory building primarily to house Biosafety Levels 2 and 3
research laboratories, laboratory support space and supporting office
space. Due to funding the project is being planned in two Phases. Phase
I is not to exceed 182,000 gross square feet (16,910 square meters)
while containing 100,000 occupiable square feet (9,290 square meters).
Phase II is not to exceed 87,500 gross square feet (8,130 square
meters) while containing 48,000 occupiable square meters). Phase I of
the project will include some upgrades to the Central Energy Plant to
support the laboratory building. The facility will be occupied by
certain research branches of the National Center for Infectious Disease
(NCID). The maximum ECC (Estimated Construction Cost) is
$40,434,800.00. The ECC for Phase II could range from $15,000,000.00 to
$22,000,000.00. Phase I is designed in such a way as to stand alone due
to the pending funding status of Phase II. Occupancy is anticipated for
second quarter FY 2000. Definition of Construction Manager as
Constructor. A Construction Manager as Constructor, or CMc, is defined
as a firm engaged under direct contract to a building owner, in this
case the General Services Administration (GSA), to provide design
review, cost estimating, scheduling and general construction services
and management services. The CMc shall be a member of the project
development team during the planning, design and construction phases,
along with GSA and the CDC as owner/developer, GSA's selected A-E firm,
CRSS Architects, Inc. of Greenville, SC, as architects and engineers of
record and with a building commissioning firm under direct contract
with the Government as commissioning agents. At the time of contract
award, projected to coincide with the start of the construction
document stage (35% project design complete) the CMc's firm price for
pre-construction and construction phase services will form the basis of
the contract. Upon completion of the 65% complete construction
documents, the CMc shall guarantee a maximum project price (GMP) based
on the facility described in the Government's construction documents
and Request for Proposals (RFP) package. The contract will be modified
to reflect the agreed upon GMP. Project development shall occur in
general conformance with the process described in the American
Institute of Architects Document A121/CMc (also known as AGC Document
565), ``Standard Form Of Agreement Between Owner and Construction
Manager Where The Construction Manager Is Also The Constructor. The
services requested of the CMc shall cover a wide range of design and
construction activities, which are often performed by both Construction
Managers (CMs) and General Contractors (GCs). In contrast to a CM that
is not also a constructor, the CMc is responsible, through design
review, involvement in the project development and administration of
the construction for constructing the facility described by the
Government at or below the defined ECC. Summary of Responsibilities.
The CMc shall review all construction document submissions for
constructibility and compliance with the project budget. The CMc shall
provide independent cost estimates and recommend adjustments to the
design or to the estimates prepared by the A-E to assure that the
project stays within the budgeted ECC. The CMc shall provide GSA with
sound management advice regarding the approach to the project, how to
achieve the best value in the work being accomplished, necessary
actions, schedule control, alternative ideas, problem/claim prevention,
and budgeting. The CMc shall have a full understanding of the project,
its contract documents, and the principles of Federal construction
contracting and contract administration. Most importantly, the CMc
shall have complete responsibility for construction of the facility.
Project Services. As part of the construction contract, the CMc shall
provide a wide range of management, professional, and construction
services. Services under this contract shall consist of Preconstruction
Phase Services, and Construction Phase Services. The CMc must maintain
a team with the expertise and capability to manage and coordinate the
timely and orderly development and construction of the proposed
project. The contractual requirements of the project include, but are
not limited to providing those management, administrative, and
professional services to deliver: CPM scheduling; participation in all
construction document production phase team meetings; review of all
A-E construction document submittals; review of all A-E cost estimates;
independent pricing of all A-E construction document submittals;
project scope management; competitive selection and procurement of all
necessary sub-contractors; provision of all coordination, supervision
and direction of all sub-contractors; provision for general project
construction for the entire facility; cooperation and participation
with the Government's selected commissioning agent for
commissioning/inspection/close-out services and turnover to designated
facility management staff; participation in acquisition of Alternative
Dispute Resolution/partnering consultant and maintenance of
construction records and as-built drawings and specifications to be
turned over to the Government. Project Staffing: The CMc shall be
required to assign, as needed, a team consisting of architectural,
civil, structural, mechanical and electrical reviewers, cost
estimators, CPM analysts, field engineers, field support staff,
construction supervisors, construction superintendents, testing
engineers/technicians, and other disciplines. Source Selection
Evaluation Criteria: The following criteria represents the factors
which will be used by GSA's Source Selection Evaluation Board in
selecting a competitive range of firms. These same factors, with
appropriate sub-categories, will be used by the Source Selection
Evaluation Board for the Second Stage of the source selection process.
Price will also be evaluated in the Second Stage. One firm will be
selected from the short-listed CMc firms at the end of the Second
Stage. 1) Qualifications and Experience of KeyPersonnel (250 total
points): Summarize the Qualifications, professional designation,
experience, education, background information, specific assignments,
and other significant information for key members of the CMc team (100
points). For all key personnel, identify the anticipated duties of the
person as full-time or part-time, identify the person as an employee of
the CMc firm, a sub-contractor, or an employee of a consulting firm,
and indicate the specific geographic location in which each key team
member is now based (100 points). Describe your experience with
construction projects within the same geographic area as Atlanta, GA.
Describe your knowledge and experience with local markets,
subcontractors, the general labor market, and local government (50
points). 2) Experience in Providing Preconstruction Services on Similar
Projects (250 total points): Describe your experience and past
experience in providing Preconstruction Phase services on similar
complex laboratory projects and with construction costs greater than
$20,000,000.00. The Offeror is responsible to demonstrate how projects
they deem ``similar'' are comparable in scope and complexity to this
project. Provide names, addresses and telephone number of the last
three clients for which you have provided or are now providing similar
services (100 points). Demonstrate your experience in providing value
engineering, design oversight and independent cost estimating required
to maintain a guaranteed maximum price. Describe your experience
working in a non-adversarial relationship with a building owner or
developer as a full partner in the development team (100 points).
Demonstrate your ability to maintain quality and aggressive project
schedules while controlling costs when providing Preconstruction
services (50 points). 3) Experience Providing General Construction
Services on Similar Projects (350 total points): Describe your
experience with construction of projects using CM as Constructor or CM
at Risk delivery, or in which you acted as a traditional General
Contractor. The Offeror is responsible to demonstrate how projects they
deem ``similar'' are comparable in scope and complexity to this project
Describe your record in a delivering completed projects within fixed
schedules and within a guaranteed maximum price when providing general
construction services (150 points). Describe your experience
constructing research and containment laboratories or other similar
complex laboratory projects and with construction costs greater than
$20,000,000.00 (100 points). Provide reliable names, addresses and
telephone number of the last three clients for which you have completed
construction of laboratory projects within the past ten years (50
points). Describe your firm's use of Alternative Dispute Resolution
(ADR) or arbitration to avoid litigation. Provide a complete list of
any construction claims in which you and project owners/developers have
been party to in the last 10 years and a synopsis of the outcome.
Indicate if any of the claims were resolved using ADR or arbitration.
(50 points). 4) CMc's Resources, Facilities and Technology (150 total
points): Describe the resources and facilities available to the CMc.
Describe in-house computer office automation capabilities, including
Management Information System, such as Prologue Manager, ability to
review drawings in an AutoCad Release 12 or 13 format acceptable to the
Government, the ability to interface with the Government's Microsoft
Excel V.5.0 and WordPerfect V.6.0 and Word for Windows V.6.0. software,
and the ability to send, receive and share data electronically via
desktop conferencing and white board technologies. 5) SUB-CONTRACTING
PLAN (G0/NO-GO). In Stage I, each firm must indicate, in writing, their
intent to submit sub-contracting plans for Stage II, in accordance with
SFO requirements. This initial submission of intent will serve as one
of the GO/NO-GO requirements for Stage I. In Stage II of the
Source-Selection Process, each large business Offeror will be provided
for participation by Small Business (SB) firms, Small Disadvantaged
Business (SDB) firms, and Small Women-Owned Business (WOB) firms. This
submission will serve as the GO/NO-GO requirement for Stage II. Source
Selection Procedures: Qualified CMc firms expressing an interest in the
project will be provided one copy of the RFP package. Firms wishing to
offer must provide Stage I submissions that clearly address the rating
factors identified above and described in greater detail in the SFO.
Detailed cost proposals are not required with the Stage I submission,
but offerors must provide a statement certifying that they can
construct the facility described in the RFP narrative, drawings and
specifications for the maximum ECC of $40,434,800.00 or less and submit
a statement from their Bonding Company stating the CMc's ability to
obtain a Performance and Payment Bond in that amount. This ECC includes
all costs including CMc fees. These are GO/NO-GO requirements for Stage
I. A competitive range of the most highly qualified firms will then be
established. Those firms will be notified, provided with additional
design documents, and asked to provide additional technical information
and cost proposals for consideration under Stage II. The Stage II cost
proposals shall include the Offeror's fee for Preconstruction Services
and fee for Construction Phase Services (including profit, General
Conditions and other overhead costs). Firms that are determined to be
in the competitive range may be interviewed at the Clifton Road Campus
of the CDC, and final selection will be made based on Source Selection
procedures with price and the collective technical factors listed above
considered equal. Contract Award: A contract will be awarded to the
selected firm to provide Preconstruction Phase and Construction Phase
services. At the 65% construction document submittal in the
Preconstruction Services phase, the contract will be modified to
reflect a negotiated mutually agreed upon Guaranteed Maximum Price
(GMP). The Government shall reserve the right to terminate the contract
if the offered GMP exceeds the ECC. SB, SDB and WOB Participation:
Although this procurement is unrestricted, small and minority-owned
firms are strongly encouraged to participate. The Government recognizes
the talent existing in smaller firms and encourages their participation
in the construction of Federal facilities. Short-listed firms shall
provide a brief written narrative of their outreach efforts to utilize
small disadvantaged and small women-owned businesses on this project
in Stage II. An acceptable Subcontracting Plan shall be agreed upon
prior to contract award to any large business. Large businesses shall
be required to demonstrate a proactive effort to achieve the following
minimum goals for all subcontracted work: SMALL BUSINESSES (20%),
SMALL DISADVANTAGED BUSINESSES (5%), AND SMALL WOMEN-OWNED BUSINESSES
(5%). How to Offer: Potential Offerors having the capabilities to
perform the services described herein shall respond by submitting a one
page letter on your company letterhead stating your interest in the
project. These firms, along with others on the Government's mailing
list, will be provided a copy of the RFP package, including the design
program, concept level drawings and specifications, and other
information needed to offer. Offerors who then wish to submit an offer
will be required to submit eight (8) copies of a Stage I proposal. The
proposal should be submitted in an 8-1/2 x 11 spiral bound format and
should be organized to correspond with the evaluation factors listed
above. 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 text in Sections 8
and 10 of the SF 255 if desired. If SF 254 and SF 255 are not utilized,
the submission must include information responsive to the data
requested in each section of these forms. The total Stage I submission
should not exceed 100 pages. Firms who respond to the RFP will be
required in Stage I to complete a form certifying that they can
construct the facility described in the SFO narrative, drawings and
specifications for the maximum ECC of $40,434,800.00 or less. The SFO
will provide additional information regarding the submission format.
Additional information will be required of firms that are found to be
in the competitive range as part of the Stage II evaluation.
Participants are strongly encouraged to completely review the entire
SFO package prior to submissions. Interested firms should send a letter
of interest to the office and address listed below no later than 3:00
p.m. EST on December 18, 1996. Stage I submittals are to be received no
later than 3:00 p.m. EST on January 22, 1997. Only technical
submittals, along with the required statements, regarding the ECC,
bonding and Subcontracting Plan) described above, should be submitted.
Price proposals will not be considered until Stage II of the source
selection process. 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. A
pre-submission conference will be held on January 7, 1997 at 1:00 p.m.
at the General Services Administration -- Summit Building, 401 W.
Peachtree St., NW., 31st fl. Conference room, Atlanta, GA. The project
site will be available for inspection from 3:30 p.m. to 5:00 p.m.
Please indicate your desired attendance in your letter of interest, if
you plan to attend this meeting. General Services Administration, 401
West Peachtree Street, Suite 2500, Atlanta, Georgia 30365, (404)
331-4871, FAX No. (404) 730-2309, Attn.: Ronald Butler. (0345) Loren Data Corp. http://www.ld.com (SYN# 0015 19961212\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|